Loading...
Certification of Contract with Home Paramount Pest Control Company MIAMIBEACH A CITY OF MIAMI BEACH (1-)6 - 1l - f CERTIFICATION OF CONTRACT "I TITLE: For Pest Control Services CONTRACT NO.: ITB 2017-095-AK EFFECTIVE DATE(S): This Contract shall remain in effect for a period of three (3) years from the date of execution by the Mayor and City Clerk of the City of Miami Beach, and may be extended at the sole discretion of the City of Miami Beach, though its City Manager, for two (2) additional one (1) year terms. SUPERSEDES: N/A CONTRACTOR(S): HOME PARAMOUNT PEST CONTROL COMPANY (TERTIARY VENDOR) ESTIMATED ANNUAL CONTRACT AMOUNT: $ 34,284.00 A. AUTHORITY - Upon affirmative action taken on April 26, 2017, by the Mayor and City Commission of the City of Miami Beach, Florida ("City"), approving the award of this Contract, and upon execution thereof by the City and Home Paramount Pest Control Company., a Florida corporation (the "Contractor"). B. EFFECT - This Contract is entered into to provide for Pest Control Services, pursuant to City Invitation to Bid No. 2017-095-AK 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 ITB 2017-095-AK. 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, Adrian Morales-Property Management Division Director - Property Management Department at 305-673-7000 ext. 2932.. 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 1 Page 2 Certification of Contract any portion of work and/or services required by the Contract Documents without the prior written consent of the City. 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 — Contractor acknowledges that the provision of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute, among other things, provides that 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. 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 2 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. Page 3 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 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Home Paramount Pest Control Company 6482 S.E. Federal Highway Stuart, FL. 34997 Attn: Satee Moffett Phone: 410-510-0700 ext. 8185 Fax: 410-638-1990 E-mail: smoffett(a homeparamount.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 3 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. Page 4 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. R. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any services, unless set forth in a written Purchase Order. As Contractor is a secondary vendor or tertiary vendor, no Purchase Order shall be issued to Contractor, and no work or services shall be authorized under this Agreement, except at City's sole discretion. 4 Page 5 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this h day of N Pc7 , 20 17), by their respective duly authorized representatives. HOME PARAMOUNT PEST CONTROL CITY OF MIAMI BEACH, FLORIDA COMPANY . 7'' P•/ By President/ Signature Philip '� 7 Mayor ii)/ Iu �v�clra �on � ,a ,f Print Name / / Date 5/5/i -7 / Date ATTEST: ATTEST: Alit �l "_ ! Lt„ Clerk Raf=el E. kt � nota, 4iecret ry/ Signature! .,: . _. t i B ova E.-,„q . g ) orq /, ,til 1.4 "P:q,.• .9s, f .-...p./., .)•,). rintName $ • ORMED /S/&-iii ...I. . Date a. i y A' FORM &FOR EXECUTION DA,Cad(' 5 - ( - 1 City Attorney /ill Date 5 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Competitive Bid Reports -C2 A NA1 MIM COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: April 26, 2017 NT SUBJECT: REQUEST FOR APPROVAL 20 AWARD 0AK PESONTRACT T CONTROL SERVICES.INVITATION TO BID (ITB) NO. RECOMMENDATION Approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2017- 095-AK for Pest Control Services. ANALYSIS Since 2016, the City has accessed Palm B facilitieacs uWorkiunty �grd Contract No.w h Property Management for Pest and Rodent Control Services, for City's the Sustainability office, staff determined that it is in the best interest of the City to solicit the City's own contract for pest control services, including services that maximize sustainable operations. The awarded vendor(s) will ensure facilities are being provided with routine interior and exterior pest control services, and other specialty services as necessary, in an environmentally friendly manner. In order to establish a contract, the Procurement Department issued Invitation to Bid ("ITB") 2017-095-AK for pest control services. ITB PROCESS ITB No. 2017-095-AK was issued on February 6, 2017, with bid opening date of March 8, 2017. One addendum was issued. The Pmwebs tecurement 3D7epartment issued p prospective bidders oc' essed the ces to 95 companies utilizing wvvw.publicpurchase.co advertised solicitation. The notices resulinternat International Company,six L , HomeParamount (6)Presponses from: HPest tt Environmental Services, Inc., Terminix Control Company, East Coast Pest Control Fertilization, sheet(Attachment Tower Pest Control, Inc., Ed's Pest Control, Inc., d/b/a Pest Logic. See tabulation ). The ITB stated that the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended responses ses metfor rd. In its t e requiremue entatlofence,the ITB. Procurement Department found that all six (6) p Therefore, based on best cost provided, staffrecommends bidder dto the ITB;. Hulett Environmental Terminix International Services, Inc., as lowest responsive, responsible Page 32 of 1596 Company, LP, as a secondary lowest responsive, responsible bidder to the ITB; and Home Paramount Pest Control Company, as a tertiary lowest responsive, responsible bidder to the ITB. Hulett Environmental Services. Inc.} Hulett Environmental Services, Inc., is fami�hownes d stomized operated Healthy Home68. Hulett is local programs and a pest control and exterminating company ' leader in providing family, pet, and planet friendly pest control solutions. Hulett pest control experts offer guaranteed services for pest control and prevention, termite control and lawn spraying and fertilizing for residential and commercial properties. Hulett Environmental Services, Inc., has provided the City with pest control services since 2013. Terminix International Company, LP Terminix International Company, LP established in 1932 is proud to be a part of a wide range of industry-leading organizations and associations across e country with more from the havoc that unwanted intruders can n 85 years of experience to protect homes and familiescan create. In addition to creating innovative new technologies, Terminix experts have developed pest control products for the government, authored scientific publications, and lectured to scientific and community groups around the world. Terminix International Company, LP has provided the City with pest control services in 2013. Home Paramount Pest Control Company Home Paramount Pest Control is family-owned and operated company that has provided effective and reliable termite control, pest control and moisture control services for residential and commercial customers throughout Maryland, Virginia, Pennsylvania, Delaware, North f the Carolina, South Carolina, West Virginia, Florida nd at PestsControi DC. Co panyone isocommttednto largest pest control operators, Home Paramou personalized, attentive care for commercial and residential customers. Home Paramount Pest Control Company is an industry-leading professional organization according to the standards of the National Pest Management Association, providing customers with the utmost respect and care. CONCLUSION After considering staff's recommendation and the bids received, pursuant to ITB 2017-095-AK, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, app the award of a contract to: Hulett Environmental Services, Inc., as the primary lowest responsive, responsible bidder to the ITB; Terminix International Company, LP as the secondary lowest responsive, responsible bidder to the ITB; and Home Paramount Pest Control Company as the tertiary lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute the contracts. FINANCIAL INFORMATION All expenditures shall be based on available funding approved per the City's budget process. Amount 1 $90,000.00 Account 1 520-1720-000325 Page 33 of 1596 LegislativeTracking Property Management/Procurement ATTACHMENTS: Description ❑ Tabulation 2017-095-AK Page 34 of 1596 ....., ' ",:`'^ -.•-•.. • ...., norm a..........1 •,..... +wawa... ustesaar qa ,... ,............i GROUP 2•&f Vs.. ....2 ...,,, ,., 1...:M1 ,.._. ..... 2.. Z.7".... ft.. ... ,,. ,...,,, ,........ .2.. ....22 ,..2 u.u.a ,* ,...... ,..... IA, ki=.2. BD .1:.12 IN 0.20 Ma OYU MI IM., La M.:21 l3 MOM ''''''L77.''''''""'... ..7MOMMINICTIMILaniffrEEINEmionmEm .- 1.,. ..a11.133,33122Eniel.DECi '''''''''''7''''''''77-' "6'.MEMOISIMMEINOMMiMEMONICTIEINSISEHEEZ M"M'allMMr. . , ,,,,, ...w IMITBEINIECEEMMI i''''''''Mr'",,,,,s,,,ic,,.,ma.n, ,,,,,,., uMIMITM ''' INZEEMEMminsmmulinE3312135".M1! = ''''''''.“'''''' OIMMININZEMMIIIIMISSMINECCIE t MINTIMMINIMICEISHEZZIONIIMEInam ".,IMILIsrmil i;11......EIMMINECSIE3 =.:,:r ISCIEMEIROMMIM=ME11•133 _____.,____ .._........mi ___--.- ' ''''''''''''''''''' '''''.s ' .' mffeznalmsimmamogismzelummmovimmani IMMO m''''''''''' al5IMMIMAIIIMIEEMIETZ311MICENFIEMMEME1 _ _ MIME '"m"'''''''' ''':' 11=1■151M302"rEMMIllan IESIMMIESEMPTM .,:i.,'Z''...,:::::vr;.X.,':'"'.. i'Mn... IIMUMMMIIISIMEMMIMMEFF333111•3=111=113...23MMENNIZen _ 71,2•22,4,22A.VAIK223,.2.,1.22:2.% ' WMEIMMM"..112''Eig"MBEFOTIMIEMMIMW'MMIUMMEIMEM= 1:'—''''''"''''' l'illIMEIM.M911."MMEIMIESIEMI'MW331MME1MIMEZINISCEIMMIZEMIMEMEMMOMIMMEEIONI q.:,+3.7a amx 2.2220r• '7°22°12m m•. 1 MilliNIMEMIIIIIMEIMMINIMMUMEIMIIMME:263 _kle_,MA ,..,..,.*,.,,c.., •.•.. r• IMMOINIMBIEMNIMMILMMEM ...minism 22trn22,2,:. ::In., miimmimagantamormimic _ _______... „„,„mr,„,„,,,, IMINSICIIMMEMINEEZMINNIBMI ;.''''SaaaiiiZ;"Mil"""'' 'I1NiaMH. MIIMEIMIri—— u,‘ ,." '''"1.2EIMINNMEUMMIZEIEEINKVEI INEErimmal +2,cn2n272,I,C,u INIETEMMIFEE1 Mi!YE=IM;,M gEEKI".1.1-1!"1• NIMi3111EarliXECIMECI_____...._ _ '.'1'..''':r717.77.= ''''''' M'WaEm.,20.0,,,,,..mmgri...irmzmIMarafilaIntla.5,019531E1w.n.Ellffn= EIMIBIEFSSEIIIMEI "M""''''''' -- — ..17MMMEEIMIMEMITEMEINNECBSIZZEZI ''''''''''''''''“ aiiiiii.. .....INISFIMINIMEEEIINSEEMErlowl..smumme ,„...o,,.a '''''-----1,1,w,..;. IIMONIIMINIIMMEMEIIIIIIMEIIVIIMINIVI .c...., . : .,. ,,.=EIZIESNIFEEIMMIONNEE1. 1 IMEglimmOMEIVIO.037,mmo '''''' ' alIMEEMEOMMNE3:: IMIMM3OIMIEMIIIMININEMI .3,11 ....,1 f s''''''''''' NEWIMISEMMMIIMISIMME"'INIMEIMIXEMIUMMEEMMUMIMI.rmilli=111110 :mmmintam *CEIEINEMMIIMEEMIKIZEINIMIIMMI _____ _ Immuiscimmi ,.n,,,ce.,o,,Evi. BECESIMOMI -11EIMMEMINENEFEI=gsmingammsmalo t,„'s,'''.2;'°...''''. ,ga.m=MIIMINIMMONEEENIEIEEMOMM5113MIRSMi•Mi_ _____ —.....,... - ONFEIZIEFIlm.moseimmil9ZEEIIMICCElit MCI s..., '' '''` ''''''''''''' .-...---I=1... 11•11MINCED:2113IDINIETSZIIMICIEIMIEMEINETEIES 2.12:2•12,A1,.I.W 612 A A 2,,,,N.,,,,, 22 INMEIIIIEMI .:.,2.,...:2 CM(111M,.... .—MMEila"MMIMIE1311127:1 ME07311INEMEUMIEMOOMEI arcimulm33simnanmzEmersil'oirEzmancioolEi_.=_.._ -''''' . NIMMIIMEIMIIIIMMIZEIZI "'".."‘'...' 7'' MMIMMI"IffiErMIMMI.. ,...12EME1/311.173:::UOM"11.1M : ,22:r:i,,,r4 ro 27 . ...1.. -- WET:1=11321=13313 ,,:,.s,,,2,... ''' "Mr.11113.0,211111Eartil,M,IMIIEEINIEMINIIIMINIEgMlINEErlill . ,..,;. INIMINIMMOBIZEIIMMININIIMIIMAII125 ,,. .. ' .1.5.111a6:111ESEHMEEMSIX20 -,,.,x,:,...., ' - .11.""IMM321111ENIIIIMMIOMMIIIMEIIMESEUMEMMIIMEIIIKME3 ' WEll—fEllOMMM75"MMEIMEEIMEMIMIIITEEIMEMIIIIM toISMICHEN,331017C3E1 ___—..... . IIMEIIIMEMMIEMMInta ‘'Ia3M3E35.2.1.1.1"M"'"1.. .. .e. IIMIMIITINE tAmrA.m,,. ' 7'.'"' ."' 7 IMMINEMINIEMM.MM.B17, 31: 12 I ry-':'''''' -..iidilINIEIMEME""221•Mall.MMIEN0 irings.'' „„ „ ,-, . ., r tri e 35 bf-4-596 1.----' i,..,=.( es= b=L__J•,. i.7.,s,I • PRIMARY SECONDARY TERTIARY HULETT ENVIRONMENTALHOME PARAMOUNT 'EAST COAST PESTCONTROE TOWER PFSTCONTROL PESTLOWC TERMINI% PESTCONTRO1 &FER7ILQATION.ING SERVICES GROUP C A&B Monthly MornhlR tool Monthly miceMonthlyPe Total Monthly Total Servo a Dhest Total service Pest Total Service Pest Service Pest Total Service Pest service Pest Control Square 4N Control Control Control Control Control A x B em Location (A) (B) (NAB) (B) (111X(61 (B) (1115(0) (B) (ADDED IB) IAMBI (B) l 1 ) Footage 1 CITY HALL 99,00 sq.ft. 12 225.0 $30.0 $110.0 $1,320.0 $55.0 $660.0 $10.0 51,200.00 $306.00_$3,672.0 $220.0 $2,640.0 0 2 OFFICES LOCATED AT THE CITY HALL PA 121,0sq.99. 12 $30.00 5360.00 5110.0 51,320.0 $45.0 3540.00 510.0 51,20.0 1170.0 $2,040.0_ $190.0 $2,280.0 3 777 BUILDING(CITY HALL ANNEX) 28.000 sq.11. 12 $1800 $216.00 $30.00 $360.00 $42.00 $304.00 $60.00 $720.00 $85.0 $1,020.0 $125.0 $1.5000 4$555 BUILDING 10,725 4 t. 12 $20.00 $240.00 $50.00 $600.00 $48.0 $576.0 $80.00 $960.0 $190.0_$2,280.0 $143.0 $1,740.00 6 SCOTT RT TIO YOUTHKIN GARAGE AND ICE 100,005,118 sq..ft. 12 6 POLICE STATION&PARKING 10,00 sq.k. 12 525.0 $30.0 $110.00 $1,320.00 $55.0 $660.00 $10.0 $1,20.0 $290.0_53,480.0 $145.051,740.00 7 FIRE STATION TWO 11305 sq.ft 12 $12.0 5144.00 $25.00 $300.00 $32.00 $384.0 $45.0 $540.0 $68.00 $816.0 $105.0 01,260.0 8 SOUTH SHORE COMMUNITY CENTER 18,730 sq.It 12 $15.00 $180.0 $25.00 $300.00 $32.00_ $384.00 555.0 $660.00 $68.0 $816.0 $105.0 51,260.0 9 NORTH BEACH POLICE SUBSTATION 2,30 sq.ft. 12 08.00 $96.00 $15.0 $180.00 $25.00 $300.00 $40.00 $480.00 $15.0 $180.0 $85.0 $1.020.0 10 21st STREETRECREATION CENTER 20,00 sq.k. 12 512.0 5144.00 525.0 830.00 $32.0 $384.0 $55.0 $660.00 $95.0 01,140.0 $125.0 01,50.0 11 OCEAN FRONT AUDITORIUM 11,884 sq.ft. 12 $12.0 $144.0 $25.00 $300.00 $30.00 $360.00 $40.0 $480.00 $68.0 $816.00 $105.0 $1,260.00 12 NORTH SHORE BANDSHELL 4,50 sq.ft 12 $800 $96.00 $20.00 $240.00 $25.00 $30.0 $30.0 $360.0 $20.0 5240.00 5105.0 $1,260.00 .00 13 NORTH SHORE RECREATION CENTER& 33,80 sq.ft. 12 $15.00$5.0 $180.00 $25.00$60.0 015.00 5180.0 $25.00 $30.0 $30.00 $360.0 $120.00$10.0 $$10.0.00 $$65.0 5$�.0 14 NORTH SHORE OPEN SPACE TRAILER OF 900 sq.k. 15 MUSS PARK 900 sq.ft. 12 $5.0 $60.0 $15.0 $180.00 $25.00 $30.0 $30.00 $360.0 5I0.0_ 17 5120.00 565.0 3780.0 12 55.00 $60.00 $16.0 $1800 $23.00 $30.0 $30.0 $360.0 $50.0 $120.0 $45.0 $540.0 16 F40 sq.ft.FAIRWAYLLWATPRDYRKRK 12 55.0 $60.0 515.0 $180.00 $25.00 $30.0 $30.005360.00 0 0 0 0 NORMANDYSHORES 90 sq.ft.900 sq.ft. 510. 5120. 545. $540.12 0 55. $60.00 $15.00 $180.00 $25.00 $30.0 $30.00 $360.00 $10.00 $120.0 $65.0 $780.00 00 18 PARK 12 $5.0 $x,00 $12.0 $144.0 $25.0 $30.0 $30.0 $360.0 $1 � 0.0 $120.0 $450 5�' 19 NORMANDY SHORES GUARDHOUSE 200 sq.ft. 20 NORMANDY ISLE PARK AND POOL 17 042 sq.ft. 12 512.0 5144.0 $15.0 $180.00 $32.0 5384.0 $65.0 $780.0 $68.0 $816.0 5105.00 $1,260.00 21 PARKS MAINTENANCE FACILITY 5,50 sq.ft. 12 $8.0 $96.00 $15.0 518000 525.00 $30.0 $35.0 $540.0 $10.0 $60.0 $105.0 $1,260.0 22 PROPERTY MANAGEMENT OFFICE&MP 23.770 sq.ft 12 515.00 0180.00 530.00 $360.00 $38.00 $456.00 $70.00 $840.00 $90.0 $1,080.0 $125.0 01,50.0 85019.ft. 12 $5.0 $60.00 $15.0 $180.0 $25.0 $30.0 $30.0 $360.00 $10.00 $120.0 $65.0 $780.0 23 BEACH PATROL OFFICE 12 $15.00 $180.00 $30.0 $360.00 $38.0 $456.00 $45.0 $540.0 $68.0 $816.0 $125.0 $1.500.00 24 POLICELAMIGO ATHLETICARLEAGUE AND RECREA 10,00 sq.ft. 2500 FLAMINGO PARK POOL 11000 sq ft12 3$12.00 $144.00 $15.0 $180.00 $35.00 $420.0 $45.0 $540.0 $68.0 $816.0 $105.0 1.50. 26 FLAMINGO PARK INSIDE AND OUTSIDE'6,30 sq.k. 12 $8.0 $96.0 515.00 $180.0 $25.0 $30.0 $40.0 $480.00 $50.0 $60.0 $105.0 01,260.00 27 FLAMINGO PARK BASEBALL&FOOTBAL 1,80 sq.ft 12 $5.0 $60.0 $15.0 5180.0 025.00 $30.0 $35.0 $420.00 515.0 510.0 085.0 $1,020.00 28 PUBLIC WORKS OPERATIONS BUILDING 19,900 sq.ft. 12 $15.00 $180.00 $30.0 $360.00 $38.0 $456.0 $45.0 3540.0 $68.0 $816.0 $105.0 $1,260.0 12 38.0 $96.0 $15.0 $180.0 $25.0 $30.00 $35.00 $420.0 $15.0 $180.00 $105.0 $1,260.0 29 PARKING DEPARTMENT OPPIC E1,00 sq.ft. 12 30 MARINE PATROL OFFICE&PUBLBLIC REST 1.350 sq.ft. $5.0 $60.00 $12.0 $144.0 $25.0 $300.00 $30.0 $360.0 $10.0 $120.00 $85.00 $1,020.00 31 SOUTH POINTE PARK OCEAN RESCUE Fa 2,544 sq.ft. 12 $5.0 $60.00 $12.00 $144.0 325.0 530.0 $30.0 $360.0 $15.0 $180.0 $85.0 51,020.0 32 FIRE STATION TWO SUPPORT SERVICES,22019.ft. 12 $5.00 560.0 515.00 $180.00 525.0 $30.0 035.0 $420.0 $20.0 5240.0 5105.0 $1,260.0 33 POLICE INTERNAL AFFAIRS DEPARTMEN 2,20 19.ft. 12 55.0 $60.00 $15.00 $180.00 $25.0 $30.0 $30.00 $360.00_ $15.0 5180.0 585.0 51,020.00 0 34 FLEET MANAGEMENT 14,0sq.ft. 12 $12.0 $144.00 $25.0 $30.00 $30.0 5360.00 360.0 $720.0 $68.0 $816.0 5105.0 01,260.0 sq.ft. 12 513180. $25.005300. $38.0 $456.0 $70.0 $840.00 568.0 $816.0 $125.0 51.00.0 35 SANITATION 20.00 5.0 0 37 TH12 $500 $60.0 $12.00 $144.00 $25.0 $30.00 $30.00 $360.00 $10.0 $120.0 $65.0 $730.0 POINTEPARK RESTROOM 6019.ft. 37 THIRD RD STREET RESTROOM 600 sq.k12. $5.0 $60.00 5134.0 $25.0 $30.0$12.00 - $30.00 $360.00 $10.00 5120.0 $65.0 5780.00 38 6TH STREET RESTROOM 1,000 sq.ft. 12 $5.0 $60.00 $12.00 $144.0 $25.0 $300.00 $30.0 5360.0 $10.0_ $120.0 $85.0 $1,020.00 39 10TH STREET RESTROOM 520 sq.ft. 12 $5.0 $60.00 0 0$12. $144.00 $25. $300. $3000 $36000 0 0 $10.00 $120.00 $65. $780. 40 14th STREET RESTROOM 1,500 sq.ft. 12 55.0 $60.00 $12.0 $144.0 $25.0 $300.0 $30.0 $360.0 $10.00 $120.00 $85.0 $1,020.00 41 21st STREET RESTROOM 864 sq.ft. 12 $5.0 560.0 $12.00 $144.0 $2S.00 $300.00 $30.0 $360.00 510.00 $120.0 $65.0 $780.0 42 35th STREET RESTROOM 512 sq.ft. 12 $5.0 $60.0 $12.00 $144.00 $25.00 $300.0 $30.0 $360.0 $10.00„„ $120.0 $65.0 $780.00 43 46th STREET RESTROCM 650 sq:ft 12 55.0 360.00 $12.00 $144.0 $25.00 $300.00 $30.0 $360.00 $10.00 $120.0 $65.00 $780.0 44 53rd STREET RESTROOM 864 sq.ft. 12 55.0 560.0 $12.0 5144.00 525.00 530.00 $30.00 $36000 $10.0 5120.0 065.0 078000 45 64th STREET RESTROOM 512 sq.ft. 12 $5.0 $60.0 $12.0 $144.0 $25.00 $30.0 $30.0 5360.00 510.0 $120.0 $6500 $780.0 46 UNIDAD SENIOR CENTER PUBLIC RESTRt1555 sq.ft. 12 $5.00 $60.0 $12.0 $144.0 $25.0 $300.0 $30.00 $360.0 $10.0 $120.0 $65.0 $78000 47 7th STREET PARKING GARAGE 209,9501q.ft. 12 $45.0 5540.0 $35.0 $420.00 $69.00 $823.0 5135.00 $1,620.00 $290.0 53430.0 $220.00 $2,640.00 48 12th STREET PARKING GARAGE 43,50 sq.ft. 12 520.00 $240.0 $35.0 $420.0 $38.0 $456.0 $90.0_$3,080.0 $170.0 $2040.0 5125.0 $1,500.0 49 13th STREET PARKING GARAGE 85,80 sq.ft. 12 $30.00 5360.0 $35.0 $420.00 $38.0 5456.0 390.00 51,080.0 $238.0 $2,856.0 $145.0 $1,740.0 $3,672.00 0220.00 52,610.00 50 117th STREET PARKING GARAGE 474,50 sq.ft. 12 $60.0 $70.0 565.00 $780.00 $89.00 $1,06800 $230.0 $2,760.00 $306.00`$3,67200 $27500 $3,300'0 51 17th STREET PARKING GARAGE $45.0 $540.00 $35.00 $320.0 $69.0 $828.00 $155.00 $1,860.0 $306.0 $3,672.00 5220.00 $2.6'10'0 52 42ndITYSTREETLL PARKINGEGARAGE 211,20 s9.ft. 12 _ 211,250 sq.k. $45.0 $54/3.0 535.0 $420.00 $69.0 $828.0 $155.0 $1,860.00- $306.0`$3,672.0 $220.0 52,640.00 53 CITYHALL540.0 $48000 $31.0 $420.0 $48.0 5576.0 $180.0 $2,160.00 $306.00 03,672.0 $190.0 02,280.0 545 T HARBOR PENNSYLVANIA GARAGE 171,200 sq.ft. 12 55 T HARBOR GARAGE 171.20 sp.ft. 12 $40.0 5380.0 $35.0 $420.00 $48.0 $576.0 $180.00 $2,160.00 $306.0 $3,672.0 5190.00 $2,280.00 400 sq ft 0 0 $15.00 12 $5. $60. $180.00 $25.0 3300.00 $30.0 $360.00 $10.0 $120.0 $45.0 $540.0 56 CRESPI PARK 57 TATUM PARK 1218ft. 12 $5.00 $60.0 $15.0 $180.0 $25.00 $30.0 $30.0 $360.00 $10.00 $120.00 $45.0 $540.0 0 58 SOUNDSCAPE PARK 121,80 sq.ft. 12 $27.0 $324.00 $25.0 $300.00 $25.0 5300.00 $10.0 $1,20.0 $306.00 $3,672.0 $190.0 $2,280.00 59 BASS MUSEUM ,31,125 sq.ft 12 $15.0 $10.0 $25.0 $300.00 $38.00 $456.0 $60.0 $720.00 $102.0 $1,224.0 $125.0 $1,500.00 60 FIRE STATION Na ONE(1) 9,000 sq.ft. 12 $12.0 $144.0 $25.0 $300 $25.0 $300.00 $45.0 $540.0 $80.00 $960.0 $105.0 51,260.0 61 FIRE STATION Na THREE 131 7,490 s9.ft. 12 51.2.00 014400 $25.00 5300.00 $25.0 $30.0 $45.00 $540.00_ $50.0 $60.0 $105.0 51,260.0 62 FIRE STATION Na FOUR(4) 10,00sq.k 12 $12.0 $144.00 525.0 530.00 525.0 3300.0 055.00 5660.0 568.0 0816.0 $105.00 51.260.0 34,80 19.ft. 12 516.0, 5192.00 525.0 $30.00 $48.00576.00 $70.0 $840.0 $136.00 $1,632.0 $125.00 SI,50.0 64 63 MIAMIMBEACH HALL BOTANICAL GARDEN 1,919 sq.ft. 12 $1200,. $144.00 $25.00 5300.00 0 0 0$38. $456. $45.00 $540. $50.00 5600 0 0 . $105. 51,260.TA 0 65 SEWER STATION 12 ON No.l 1,919sq.k $5.0 $0.00 $15.00 3180.00 $25.0 5300.0 $35.00 $320.0 $15.0 $180.0 $85.0 $1,020.0 66 SEWER STATION No.10 810 sq.ft 12 $5.00 $60.00 $12.0 $144.00 $25.0 $300.00 $30.00 $360.0 $10.00 $120.0 $65.0 $700.00 67 SEWER STATION No 11 60 sq.ft 12 $5.00 $60.0 $12.0 $144.0 $25.0 $300.00 $30.0 $360.0 $10.00 $120.00 $65.00 $780.00 68 SEWER STATION No.15 128 sq.ft 12 05.00 060.00 012.00 $144.00 523.00 5300.00 $30.0 5360.0 $10.00 $120.00 545.0 5540.00 69 SEWER STATION No 19 135 sq.ft 12 $5.00 $60.00 $12.0 $144.0 $25.0 $300.00 $30.0 5360.0 $10.00 $120.00 543.0 5540.00 208 sq.ft. 12 05.00 $60.00 $12.00 $144.0 $21.0 $30.0 $30.0 5360.0 $10.0 0120.0 545.0 5540.00 70 SEWER STATION No.21 12 $50 $600' $12.00 2144.00 $25.00 $30.0 $30.00 $3600 $10.0 $120.00 $45.0 $540.0 71 SEWER STATION N.22 150 sq.f 72 SEWER STATION N.23 150 sq.k. 12 $5.0 $60.0 $12.00 $144.0 $23.00 $300.00 $30.0 $360.0 $10.0 $120.0 $45.0 540'0 73 SEWER STATION No.24 80 sq.ft. 12 $5.0 $60.0 $12.0 $144.0 $25.0 $30.0 530.00 $360.00 510.00 $120.0 $45.0 $540.00 B. 12 55.00 $60.00 $12. $144. $25.00 $30.0 $30.0 $360.0 $10.00 $120.0 $15,00 $540.00 74 SEWER STATION N.27 271 M. 0 0 75 SEWER STATION No.28 3,497 sq.ft. 12 $5.00 560.00 520.04 $240.00 $25.00 $300.00 $40.00 5480.0 $20.00 $240.0 5105.0 51,26000 00 Wi 3,608 sq.k.2.40 sq.ft. 12 $5.00 $60.00 $20.00 $240.0 $25.0 $30.0 $40.00 $480.0 $20.0 $240.0 $705.0 $1.260. 76 SEWER STATION 29 12 $5.0 $0.00 $15.0 $180.00 $25.0 $300.00 $35.00 $420.0 $15.0 $180.00 $85.00 51,020.0 77 SEWER STATION WS 2.470 sq.k. 12 $5.0 $60.0 $20.0 5240.0 $25.0 530.00 $35.0 $420.00 $15.0 $180.00 $85.00 $1,020. 00 78 SEWER STATION 00 12 55.00 $60.00 $12.0 $144.0 $25.00 $30.0 $30.0 $360.0 $10.0 $120.0 $65.00 $780.0 7900 SEWER STATION W3 189 sq.. `1899 sq.ft 12 $5.0 $60.0 $15.0 $180.00 $25.00 $300.0 $30.0 $360.00 $15.0 5180.0 $85.0 1,020. 80 SEWER STATIONW4 12 $5.00 $60.0 $12.0 $144.0 $25.00 $300.00 $30.0 $360.00 $10.0 $120.00 $45.0 0140.00 8100 SEWER STATION W7 1.24089. 1,240 sq.ft. 12 $5.0 $60.0 $15.00 $180.0 $25.00 $300.0 $30.0 $360.0 $10.00 $120.0 585.0 1,020. 82 SEWER STATION W7 $12,27600 $22,980.00 $31,440.0 $53,520.00 $71,964.00 $100,020.00 SUBTOTAL(GROUP IA) 1B ADDITIONAL SERVICES Each 100 $3. $300.0003.00 5300. 54.95 $495.0 $13.0 $1,300.00 $18.0 $1,80.0 12.0 520.0 6583 RODENT TRAPS 0�,h,Cubic Feet 400 $0.32 $128.0 00.040 $16.0 50.060 $24.0 50.037 $14.80 $0.05 020.00 $2.10 $840.00 '6384 TERMITE TENTING 0 6385 BEE HIVES Per call 5 52500 $1,250.0 $225.00 $1,125.00 $125.00 5625.00 $150.0 $750.00 $195.00 5975.0 $795.0 $3.975.0 00 68-86 PIGEONS AND SMALL BIRD TRAPPING Per call 10 5250.00 52,500.00 $18500 $1850.0 $95.0 $900 $125.00 $1,250.0 $20.0 $2,000.00 $375.0 1,750. Per tall 10 $250.00 $2,50.0 $5000 $50.00 $75.0 $750.0 $75.0 5750. .00 $4,064.80 $200 $6.7�.0 $750 $750.00 6487 DEAD ANIMAL REMOVAL SUBTOTAL(GROUP 161: $6,678.0 $3,791.00 $2.844.00 ROUP 1(0 AND 81.: $18,954.00 I $26,771.001 I$34,284.001 I$67,584.801 I$78,759.00 $307,535.00 ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS BEAC H City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gav PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 INVITATION TO BID NO. 2017-095-AK PEST CONTROL SERVICES February, 24 2017 This Addendum to the above-referenced ITB is issued in response to clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). MODIFICATIONS: ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on WEDNESDAY, MARCH 8, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. Il. DELETE Appendix E (p. 41-45) in its entirety and REPLACE with REVISED Cost Proposal Form (Revision 1) attached hereto as Exhibit A. Proposers are required to submit Revised Cost Proposal Form (Revision 1). Failure to submit the attached Revised Cost Proposal Form shall render proposal non- responsive,and said non-responsive proposal shall not be considered by the City . I Ili. ANSWERS TO QUESTIONS BY PROSPECTIVE BIDDERS RECEIVED VIA EMAIL. Q1: Are there rodent exterior bait stations currently in place that can be reused or does the bidder need to replace all of those? Al: Successful vendor shall replace all existing bait stations. Q2: Please clarify if rodent traps listed in cost proposal are for purchase or leasing purposes? A2: Rodent traps are to be supplied, installed, and managed (including disposal) by the contractor. Q3: Which buildings are currently being serviced for pigeon (bird)work and will the bidder be required to simply service existing pigeon deterrent equipment or add more? If adding, serviced which buildings specifically are involved? A3. 7t" Street Garage Building is currently being serviced for pigeon work. The City may add additional locations as deemed necessary. •1020-a--M-- 1 IADDENDUM NO.1 ITS 2017-095-AK PEST CONTROL SERVICES Q4: Does termite treatment apply to every building outlined in the bid tabulation? If no, please specified location where termite treatment are required. A4. No, the termite treatment shall be requested by the City on an as needed basis. Q5: Provide total square footage of ground areas which require fire ant treatment? A5. Unknown at this time. Fire ant treatment shall be requested by the City on an as needed basis. Q6: Please provide the name of current pest control service provider. A6: Hulett Environmental Services, Inc. Q7: Is there currently a contract in force for Pest Control? A7: The City is utilizing the award made by Palm Beach County Contract No. 12075C. Q8: Please provide bid tabs from previous bid of same contract. A8: See Exhibit B. Q9: What is the total budget expense for the upcoming contract year? A9: There is no specific budget associated with these services. Services are to be provided monthly or as needed based on the ITB requirements. Q10: What was your total annual pest control costs for last year? I A10: For the period between 10/1/15 and 9/30/2016, the City's expenditure for these services was $84,000 Q8: Are you currently experiencing any specific pest issues? A8: Routine. Q9: Is the City subject to third party audits and inspections i.e.: AIB, SQF, LEED, etc? A9: Do not understand question. However, Contractor shall comply with all applicable laws and regulations in the delivery of the services. Q10: Are certain products or pesticides required and/or prohibited? A10: See bid specification including integrated pest management ,FloridarDepartment d of Agriculture and Consumer Services, Bureau of Entomology l and EPA requirements. Q11 Is special vendor licensing/badging required for access? All: During the course of the contract, contractor's technicians conducting on-site applications, treatments, and inspections shall hold current, valid identification cards, issued by the Florida Department of Agriculture and Consumer Services, Bureau of Entomology and Pest Control. Access to City facilities will be coordinated between Contractor and Property Management after award. Q12: Is there any facility that is Leed Certified? Al2: Currently, the Property Management facility located at 183 Bay Road, Miami Beach is Leed Gold Certified. However, future LEED facilities will come online. Q13: In case of termite treatment do you have to be certified? A13: Yes, as required by State, County or other regulatory agencies with jurisdiction. Q14: Will Minority Business Owners (MBE) bidding on services receive a preference? A14: No. 2 ADDENDUM NO.1. ITB 2017-095-AK PEST CONTROL SERVICES Q15: Please advise how many hard copies and/or electronic copies should be presented with our bid submittal. A15: Refer to Section 0300 of Bid. Q16: Line item 65, rodent traps, will the stations be provided to the vendor, or should the price quoted include the cost of the actual bait station in addition to the rodenticide refill? A16: See response to Q2. Q17: Line item 65, rodent traps. Should the quote include the price for monthly maintenance of 100 bait stations? How do we address the issue of the initial costs associated with acquiring the stations? A:17: See response to Q2. Q18: For line item 66, termite tenting. Please verify if the prices for termite tenting should be quoted based on the sq. foot or cubic feet. A18: Cubic feet. Please refer to Exhibit A Appendix E - Revised Cost Proposal Form (Revision 1). Any questions regarding this Addendum should be submitted in writing to the Procurement Depto the f t eat nt to the attention of the individual named below, with a copyCity Clerk's O RafaelGranadona miamibeachfl.gov. [Procurement Contact: Telephone: Email: Aneta Kamyczek 1 305-673-7000, ext. 6455 anetakamyczek@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and eturn the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a pro.. al. AS- A- xD=n15 'rocment Director 3 ADDENDUM NO.1 ITB 2017-095-AK PEST CONTROL SERVICES Exhibit A. Revised Cost Proposal Form Revision 1 ) • 4 ADDENDUM NO.1 ITB 2017-095-AK PEST CONTROL SERVICES APPENDIX E MIAMI BEACH Cost ProposalRevised Form (Revision 1 ) 2017-095-AK PEST CONTROL SERVICES q Proposers are required to submit Revised Cost Proposal Form(Revision 1).Failure to submit the attached Revised Cost Proposal Form shall render proposal non-responsive, and said nan-,responsivee proposal shall not be considered by the City PROCUREMENT DEPARTMENT 1755 Meridian Avenue, Third Floor Miami Beach, Florida 33139 5 ADDENDUM NO.1 ITB 2017-095-AK PEST CONTROL SERVICES i REVISED APPENDIX E PROPOSAL TENDER FORM (Revision 1) Failure to submit Section 5,Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Proposal Tender Form (Appendix E)shall be completed mechanically or, if manually, in ink, Proposal Tender Forms (Appendix E) completed in pencil shall be deemed non- responsive. All corrections on the Proposal Tender Form (Appendix E)shall be initialed. GROUP 1 A&B 1A ROUTINE SERVICE Monthly Total Square Qty Service Pest (Quantity X Unit Co Item Location Footage Control st) Unit Price 1 CITY HALL 99,000 sq.ft. 12 $ $ 2 OFFICES LOCATED AT THE CITY 121,000 sq. 12 $ $ HALL PARKING GARAGE ft. 3 777 BUILDING (CITY HALL ANNEX) 28,000 sq. ft. 12 $ $ 4 555 BUILDING 10,725 sq. ft. 12 $ $ 5 SCOTT RAKOW YOUTH CENTER 55,118 sq. ft. 12 $ $ AND ICE RINK 6 POLICE STATION &PARKING . 100,000 sq. 12 $ $ GARAGE ft. 7 FIRE STATION TWO 11,305 sq. ft. 12 $ $ 8 SOUTH SHORE COMMUNITY 18,730 sq. ft. 12 $ $ CENTER 9 NORTH BEACH POLICE 2,300 sq. ft. 12 $ $ SUBSTATION 10 21st STREET RECREATION 20,000 sq. ft. 12 $ $ CENTER -- - 11 OCEAN FRONT AUDITORIUM _. 11,884 sq. ft. 12 $ $ 12 NORTH SHORE BANDSHELL 4,500 sq.ft. 12 $ _$ 13 NORTH SHORE RECREATION 33,800 sq. ft. 12 $ $ CENTER &TENNIS CENTER 14 NORTH SHORE OPEN SPACE 560 sq. ft, 12 $ $ TRAILER OFFICES 15 MUSS PARK 900 sq. ft. 12 $ $ 16 STILLWATER PARK 400 sq. ft. 12 $ $ 17 FAIRWAY PARK 400 sq. ft. 12 $ $ 18 NORMANDY SHORES PARK 950 sq. ft. 12 $ $ 19 NORMANDY SHORES 200 sq. ft. 12 $ $ GUARDHOUSE 6 ADDENDUM NO.1 ITB 2017-095-AK PEST CONTROL SERVICES Monthly Total , Square Service Pest (Quantity_X_Unit_Co Item Location Footage Qty Control st) Unit Price 20 NORMANDY ISLE PARK AND POOL 17,042 sq. ft, 12 $ $ 21 PARKS MAINTENANCE FACILITY 5,500 sq.ft. 12 $ $ 22 PROPERTY MANAGEMENT 23,770 sq.ft. 12 $ $ OFFICE& MAINTENANCE FACILITY 23 BEACH PATROL OFFICE 850 sq.ft. 12 $ $ 24 POLICE ATHLETIC LEAGUE AND 20,000 sq. ft. 12 $ $ RECREATION CENTER(P.A.L.) 25 FLAMINGO PARK POOL 10,000 sq.ft. 12 $ $ 26 FLAMINGO PARK INSIDE AND 6,300 sq. ft. 12 $ $ OUTSIDE TENNIS COURT RESTROOMS 27 FLAMINGO PARK BASEBALL& 1,800 sq. ft. 12 $ $ FOOTBALL STADIUM ` 28 PUBLIC WORKS OPERATIONS 19,900 sq. ft. 12 $ $ BUILDING 29 PARKING DEPARTMENT 3,000 sq. ft. 12 $ $ OPERATIONS BUILDING 30 MARINE PATROL OFFICE & 1,350 sq. ft. 12 $ $ PUBLIC RESTROOM FACILITY 31 SOUTH POINTE PARK OCEAN 2,544 sq. ft. 12 $ $ RESCUE FACILITIES AND ACTIVITY ROOM 32 FIRE STATION TWO SUPPORT 3,400 sq.ft. 12 $ $ SERVICES/E.O.C. 33 POLICE INTERNAL AFFAIRS 2,200 sq. ft. 12 $ $ DEPARTMENT , 34 FLEET MANAGEMENT 14,000 sq.ft. , 12 $ $ 35 SANITATION 20,000 sq. ft. 12 $ $ I 36 SOUTH POINTE PARK RESTROOM 1 800 sq.ft. 12 $ $ 37 THIRD STREET RESTROOM 600 sq. ft. 12 $ $ - — - 38 -- 6TH STREET RESTROOM 1,000 sq. ft. 12 $ -- - $ 39 10TH STREET RESTROOM 520 sq. ft. 12 $ $ 40 14th STREET RESTROOM 1,500 sq. ft. 12 $ $ 41 21st STREET RESTROOM 864 sq. ft. 12 $ $ 42 35th STREET RESTROOM 512 sq. ft. 12 $ $ 43 46th STREET RESTROOM 650 sq. ft. 12 $ $ 44 53rd STREET RESTROOM 864 sq. ft. 12 $ $ I 45 64th STREET RESTROOM 512 sq. ft. 12 $ $ 46 UNIDAD SENIOR CENTER PUBLIC 555 sq. ft. 12 $ $ RESTROOMS 47 7th STREET PARKING GARAGE 209,950 sq.ft. 12 $ $ 48 12th STREET PARKING GARAGE 43,500 sq. ft. 12 $ $ 7 ADDENDUM NO.1 ITB 2017-095-AK PEST CONTROL SERVICES Monthly Total Square Qty Service Pest (Quantity_X Unit Co Item Location Footage Control st) Unit Price 49 13th STREET PARKING GARAGE 85,800 sq. ft. 12 $ $ 50 16th STREET PARKING GARAGE 226,100 sq. 12 $ $ ft, 51 17th STREET PARKING GARAGE 474,500 sq. 12 $ $ ft. 52 42nd STREET PARKING GARAGE 201,500 sq. 12 $ $ ft. 53 CITY HALL GARAGE 211,250 sq. 12 $ $ ft. 54 PENNSYLVANIA GARAGE 162,500 sq. 12 $ $ ft. 55 T HARBOR GARAGE 171.200 sq. 12 $ $ ft. 56 CRESPI PARK 400 sq. ft. , 12 $ $ 57 TATUM PARK 400 sq. ft. 12 $ $ 58 SOUNDSCAPE PARK 121,800 sq. 12 $ $ ft. 59 BASS MUSEUM 31,125 sq. ft. 12 $ $ 60 FIRE STATION NO. ONE (1) 9,000 sq. ft. 12 $ $ 61 FIRE STATION NO. THREE (3) 7,490 sq.ft. 12 $ $ 62 FIRE STATION NO. FOUR(4) 10,000sq. ft 12 $ 63 HISTORIC CITY HALL 34,800 sq. ft. 12 $ $ 64 MIAMI BEACH BOTANICAL 7,695 sq. ft. 12 $ $ GARDEN 65 Sewer Station No 1 1,919 sq.ft 12 $ $ 1051 Jefferson Ave 66 Sewer Station No 10 810 sq. ft 12 $ $ 28 Venitian Way 67 Sewer Station No 11 600 sq. ft 12 $ $ 1710 Washington Av. 68 Sewer Station No 15 128 sq. ft 12 $ $ Pine Tree Dr. &W. 51st St. 69 Sewer Station No 19 135 sq. ft 12 $ $ 6850 Indian Creek Dr. 70 Sewer Station No 21 208 sq. ft. 12 $ $ 850 W.71st St. 71 Sewer Station No 22 80 sq. ft. 12 $ $ Hagan St.on golf Course 72 Sewer Station No 23 150 sq. ft. 12 $ $ Hagan St.on golf Course 73 Sewer Station No 24 80 sq. ft. 12 $ $ 8100 Hawthorne Av, 74 Sewer Station No 27 271 sq. ft. 12 $ $ 5400 Collins Av. 8 I ADDENDUM NO.1 ITS 2017-095-AK PEST CONTROL SERVICES Monthly Total j Square Service Pest (Quantity_X Unit Co Location Item Footage Qty Control st) Unit Price 75 Sewer Station No 28 3,497 sq. ft. 12 $ $ 300 28th St. 76 Sewer Station No 29 3,608 sq. ft. 12 $ $ Indian Creek Dr. &63rd St. 77 Water Station W1 1,500 sq.ft. 12 $ $ 451 Dade Boulevard 78 Water Station W2 2,470 sq.ft. 12 $ $ 75th St. &Dickens Av. 79 Water Station W3 627 sq. ft. 12 $ $ 71st St& Fountain (Normandy) 80 Water Station W4 1 899 12 $ $ 468 Alton Rd. 81 Water Station W5 255 sq. ft. 12 $ $ Belle Isle NE side of Venitian Way 82 Water Station W7 1,240 sq.ft. 12 $ $ Terminal Island i SUBTOTAL (GROUP 1A) $ 1B ADDITIONAL.SERVICES I Total IteUnit of Qty. Unit Price for (QuantityX_UnitCos Description Measure (A) Service(B) I A X m ( B) e RODENT TRAPS Each 100 $ $ 83 46 TERMITE TENTING Sq-ft:Cubic 400 $ $ 84 Feet � 47 BEE HIVES Per call 5 $ $ 85 88 PIGEONS AND SMALL BIRD Per call 10 $ $ 86 TRAPPING 6-9 DEAD ANIMAL REMOVAL Per call 10 $ $ 87 SUBTOTAL(GROUP 1B): $ TOTAL GROUP 1(A AND B): $ Bidders shall submit an offer on all line items listed included in Cost Proposal Form,Appendix E. If vendor fails to submit an offer on all items its overall offer for the group shall be rejected. Bidder's.Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 9 IADDENDUM NO.1 ITB 2017-095-AK PEST CONTROL SERVICES • Exhibit B. Palm Beach Contract Tabulation 10 ADDENDUM NO.1 ITB 2017-095-AK PEST CONTROL SERVICES 1 i 7-' S., .. . c — 0 - ..., ..., m OOO m-0 m -c a a — CU CD Ca lb "0 ZIZIZX -I-< -4 rn„,,,. 0. NJ C. ..4, 01010 0 Z-I E II xt 0 o rn ID z -4 o >> = mr-0 . 53 a at xl *.4 3 0 = m imx„, _ z a •1:, cl i c'0-4 o m zP P z to ......< V z ni ml 0. Cl .-10 0 m -it!, (75 Z Z(:7 'D rriP., 11 -4 Z 0 > °A M .4 0 r--i us...* 0 rn> < 0 r al 111 rn = = 0 0 m 6 < z -X r 13), 71 < Z cr C, 5 M SI. •<- o x 0 - - -.0 pi 0 71 Cl) 3 o-II m 0)z> - ci) 0 z 4)m rn -1 a 0 .= z.m o = z 73 <'3 C.2 X 0 -I 2 3 rn 0 cn. 2 3 5." CD m 0 Cr)g -I >o<o rt z m , 0 > z I • co sit fir -4--E z 0 P ET rtimri* 3 m = ..., 0>X M rn 0 5 P 0 P --0 xi 0 in0 0 >m --I CO fit SA -E -4 X co 2 m ea 13 .—.s. .4. m,t '1$ 0 .... -4, >> B -6 >> -m-r„ 9 0 -> 0 wi 6°04 r-c°I Z -a cr.) VI •-t O' --I 0 0 iTt- 74 iw, 1,1 0;gr -4 w 0,turi- Pyi c9 > m ..1 trl IQ .--1 M-4X —. '' rn . - 0 r 2...- >C 11 >Z 0-71 g 0 w 0 D 2-"c."1• Z-I 13 Z 0 0 -4 6-t) ..... rn M 0 ra..rt crt 0 to 171 X us r IN, 24 13 rti 13 13 X la rt 13 -‹ ...x 3 C M r 0 A a 47: ClE ''..rri 2 0m CO 3 m.. 4 t--, "CY ill mi m . in X ct r g rn ---.1 , rn _ c rrpa 7.4 .4 0 trI rt,,_ Mm -0 2 • iri gn c3 0 Tr C -7.--% P.J to :6---‘-- -- = .- = ca 5 in 07' C) NI 2 0- 0. 1 c... Z (I) > rn a) rn a rn ca cn 0 t 0 4., 9° 1:1 0 .10 cla -a. -I Cl' IC Cr) CX ;11 r - 0 0 5 s,„....... (/) ta A r 0 rn m - 0 0 -I 13 rn = -,• 0 --. .. 0 o 0 p,-rt en X,,--Ft -C r" R-,, co - z m›-4 ' s rii p., - mai4 ::1 5 Z -4 z rn w -4,-- ...-., a co =-22 co ca z z,..1 co I 1:$0 z 0 al <, -0 o %-, 0 f0 0 74 Ill at < r rn m z r cp _ ..... c in c.n, a 20 0 a 0) M TA -% (i) 0 rn X rio' z rn a o ..... e.-. al sir . _ 0 x z _ _ P P 32' z 23 "S/01 CO "..-1 -0 0 . • • t 13 3 z z-11 z 0 r' 0 71 rn .,t• ...• n*33 nii -0 b >>m m cr, ci m ca-n m m io co -0 o-n rni ...... (.....) m m 33 i.4. K) 1.-cum> . m NI al 0 z z clin ....1 C.,4 rn rn 2 71 V M -f Z 0 M sit2274 m 33 m ;ammo, 0 >0"" 0 il > C", a 0 13 : . ta -m •... z - 0 ci z • a"A rt., • ri r 0 III r o -urn . . f.pc..z -s.• ,. 11 •Lr.'. Crl, 1 Z. M r 70 0 crt rn In co fr cl 0 € m-sc.> ri-,3> S e• -.. , z -- ...... mc,* i > ,,...,. cn > rn, N) _., 01 rn> i '-' 030Z5-3 .-, — ...... _ _ 0 0 a= .- 1 I 1 -+ a cis 7 Z rw ; • o I vm ea � � m -irn 3 0 s , m S 0- ° = z o° v= 0 Q CD 5rxcz on ? 074 S. v =m . o c G) a cn m cs-n m o 0 • at, z o a z 8 3 z 3 2. a �� -� 0 _ m 1 g 27 Co US _N a 0 n n P n EA 61 69 69 64 ea ra QA0,-+0• 'J LQ t col -J co,.,...1 mzr 4o 0 Ca aamr icc Db co 0 t3 rtl >.OT. Z©4 Z�4 Dim p(�t7 0y- I- r< �' P"� I- 71'0 -a -a xi 1m i) 73 vxi C3. ui, qg to m le a ,rri w CV 1r -t7 x t c -o 03 0 - c n = ta ° m v m cii i 0 0 mT ti o ca 71 0 m a rn to - -tt 3 zm>-4 3 m zmn-*. 3 mm -, cmc MI-nm zA ra rn �zmm 0 �zrM0 z v 0 es o= c, L� a o g = CD © D=+' r <D 6 at s pn 1 o C� i 0) rn - -00 D mIT ,h ytn. nxm N _; cz co r COxi 3, c7 w 1-2IIp p, f-rnx rii� Qmz-"i 0 pZZ-F rsa mrn17xz CMZ mm I Zm f z.. - p_71 f �",m --.'.m Q mr'tt 73 xvm "r0 -0 x1 pYre.n -u �•�xt Ca6z mcn 0z �rii c7 11,1,r-2 -ornm 7/ X1 In 1fri at - mm 3n .-.. mrn3n ,— --.: rnni3n m -3r n 3 N In 1>i -1 to0Z a ozov ozo i v rnrgo rn1-g m-<1 z 0 x _ I 001 Cco * 73 w e• rs a r. c a K .£ :ta n -t ^t (6 CAPS N -o GE3A �` 0 A " (J? 3 *-moi .: 6 7 S d ."4 m • z v0„a n -r• Com.. 0 rel p tin A- K C � y_ Q; G S ,. n om. o C N ›. • t7 n^ • rt S "* ~ (b r3 r. � --- 0 �_ 3 a,° : w n + 7 v Cl , - ; _ ~ ... . Cn Y. 0if n� - et, U p N -t 6 G ro s`a "t C 3 -"174 CS Ti l!3 ` - m m O .y f: td f.. r Mr. 0 a-m m.6 z. 5. n 7 y . t .0 L -4 0 0. r • r.. ` .S ..., - C n .% 0 o ram 7" es O Q m-a u: 0 An* t 3c.n 73 m>1.4 n `p o cD Y*at m- A G Cz rn -.17. C yJ Cl,v OS A 2 "n p G S ens^. 5 rte, VI "3 0 y O C CJ1 .IID'ii r al noA>m : gyrn m rA mz • w- rtt C Ces r. m , ," w © z bp mcm o xm mG,Z H :1311 i M - n e ."0> f , =' Dia E 47 a N ' do z ' °zap 0 �' z ;� =,i �4y Form L , • s„,y. ,L?; August 31, 2012 .` ;.. Hulett Environmental Services,Inc. tar, l$. ettt !" Depa Mike Fearns,Vice President • ''9jEh litary Tlail,Suite 11C 7670 Okeechobee Blvd .�est'Pa1m Beach,FL.33415-3149 West Palm Beach,FL 33411 !.`! (561)616.6800 Dear Vendor: RE: TERM CONTRACT#12075 FAX'(561)616.6811' www,pbcgov.com!purchasing This is to inform you that Palm Beach County Board of County Commissioners is entering Into a Term Contract with your company for Pest and Rodent Control Services based on: [X] SOLICITATION# 12-075/AR [X] OTHER: LOT#4&#5 Palm Beach County Board of County [X] OTHER:Options awarded as per email dated August 29,2012 Commissioners • Shelley vana.Chaff:, The term of this contract is 09/01/2012 through 08/31/2014. The estimated dollar value is $ 182.000, inclusive of all awarded vendors. Steven L.Abrams,Vice Chairman The obligations of Palm Beach County under this contract are subject to the Kamen T.Marcus availability of funds lawfully appropriated for its purpose by the State of Florida Paulette Back!, and the Board of County Commissioners. Burt Aaronson Palm Beach County Departments will issue individual hard copy orders against this contract as your authorization to deliver. All invoices must reference a unique Jess R,santamaria document number (e.g. CPO/DO 680 XY03030500000000001111 or CPO/DO 680 XY030305*1111). Failure to provide an order number with each invoice will result Priscilla A Taylor in a delay in processing payment. If you have any questions,please contact Amanda L.Ray at(561)616-6831. County Administrator • erely, Robert Weisman t • .r Kathleen M.Scarlett Purchasing Director c: Cheryl Binnall,Facilities Services Vernetha Green,WUD Bonnie Stein, Fire Rescue Kenny Rampersad, Library Eugene Bitteker, Palm Iran F.il`e I y i 4 �fn Equal Opportmtiry Affirmative Action Enployer" fa 11 printed on recycled paper • Page 16 BID RESPONSE . . BID#12-075/AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT LOT#1: NORTH REGION ITEM TOTAL ANNUAL OFFER NO. LOCATION UNIT PRICE Initial start-up service at Mayme Frederick Service Center • 1 1440 Martin Luther King Blvd., Riviera Beach $ $5,00 /ea X 1 = $ 35.00 18,000 sq.ft. Exterior pesticide treatment,830 ift. $ 16.90fmo.X 12= $ 202.80 Initial start-up service at North County Senior Center 2. 5217 North Lake Blvd., Palm Beach Gardens $ 30.00 lea X 1 = $ 30.00 _13,300 sq.ft. Exterior pesticide treatment,566 Ift. • $ 11.32 /mo.X 12= $ 135.84 i Initial start-up service at North County Courthouse 3. 3188 PGA Blvd., Palm Beach Gardens $ 85.00 (ea xi = $ 85.00 104,000 sq. ft. Exterior pesticide treatment, 1,080 Ift. $21.60 (mo. x12= $ 259.20 ' I Initial start-up service at North County Facilities 4. Management Shop, 8130 Jog Road, North Palm Beach $ 30.00 /ea X 1 = $ 30.00 15,000 sq.ft. Exterior pesticide treatment,334 Ift: $ 10.00 /mo.X 12= $ 120.00 Initial start-up service at West Jupiter Community Center • 5. 6415 Indiantown Road, Jupiter 25.00 /ea X 1 = $ 25.00 • j 7,000 sq.ft. Exterior pesticide treatment,416 lft. $ 12.48 /mo.x 12= $ 149.76 I ! Initial start-up service at Cabana Colony / 6. 12179 Alt.A1A, Palm Beach Gardens 25.00 lea X 1 = $ 25.00 I 3,500 sq,ft. Exterior pesticide treatment,280 Ift. $ 11.20 /mo.X 12= $ 134.40 Initial start-up service at Vista Office Building 7. 2300 N. Jog Road,West Palm Beach $ 135.00 lea X 1 = $ 135.00 251,000 sq.ft. Exterior pesticide treatment,2,361 Ift. $ 47.22 /mo.X 12= $ 566.64 Initial start-up service at Operations Service Center 8. Office Building,2633 Vista Parkway,West Palm Beach 45 00 lea X 1 = $ 45.00 • 45,260 sq.ft. Exterior pesticide treatment, 904 Ift. $ 18.08Imo. X 12= $ 216.96 All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly, Continued.... ii FIRM NAME: Hulett Environmental Services, Inc. 1 Page 17 BID RESPONSE BID#12-075/AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT LOT#1:NORTH REGION Continued.... TOTAL NOM • LOCATION UNIT PRICE ANNUAL OFFER Initial start-up service at Operations Service Center Vehicle Maintenance Facility, 2601 Vista Parkway,West 115.00. Palm Beach $ 115.00 lea X 1 = $ • 9' 158,560 sq.ft. Exterior pesticide treatment, 3,084 111. $ 61.68 irno.X 12= $ 740.16 Initial start-up service at Road&Bridge/Traffic Division 10. 2555 Vista Parkway,West Palm Beach $ 50.00 /ea X 1 = $ 50.00 58,362 sq.ft. 210.00 i 17.50 /ma.X 12= $ Exterior pesticide treatment,875 Ift, 11. Initial start-up service at Homeless Resource Center 1000 45th Street, West Palm Beach Building#1:8,710 sq.ft. I Building#2: 11,579 sq.ft. $ 53.00 /ea X 1 = $ 53.00 Building#3: 14,342 sq.ft. Exterior pesticide treatment, Building#1:584 ift. Building#2:565 Ift. $ 46.65 Imo,X 12= $ 559.80 - Building#3:406 Ift. 12. Initial start-up service at West Palm Beach Headstart 30.00 { 100 Chiilingsworth,West Palm Beach $ 30.00 lea X 1 = $ 20,000 sq, ft. 225.00 Exterior pesticide treatment,625 Ift. $ 18.75 /mo.X 12= $ Interior and exterior pesticide treatment at Fire Rescue 216.00 13 Station#14, 12015 Indiantown Road, Jupiter $ 18,00 (mo.X 12= $ Interior: 5,500 sq.ft.,/Exterior.320 Ift. Interior and exterior pesticide treatment at Fire Rescue 240.00 14, Station#15, 12870 South U.S.Hwy 1, $ 20.00 /mo.X 12= $ Interior:7,817 sq.ft./Exterior:430 Ift. Interior and exterior pesticide treatment at Fire Rescue 216.00 15. Station#16, 3550 Military Trail, Jupiter S 18.00 /mo.X 12= $ Interior: 5,500 sq.ft.I Exterior:320 Ift. , Interior and exterior pesticide treatment at Fire Rescue 192.00 16. Station#17, 8130 N. Jog Road,West Palm Beach $ 16.00 Imo.X 12= $ Interior: 800 sq. ft./Exterior: 168 Ift. Interior and exterior pesticide treatment at Fire Rescue 240.00 17 Station#18,777 N.Hwy 1, Jupiter $ 20.00 /mo.X 12= $ Interior;6,700 sq.ft,/Exterior:384 Ift. All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.... FIRM NAME: Hulett Environmental Services, Inc. 1 1 Page 18 I BID RESPONSE i BID#12-075/AR • I PEST AND RODENT CONTROL SERVICES,TERM CONTRACT l LOT#1: NORTH REGION Continued.... TOTAL ITEM UNIT PRICE ANNUAL OFFER I' NO. LOCATION Interior and exterior pesticide treatment at Fire Rescue $ 24 00 /mo.X 12= $ 288.00 18. Station#19,322 N.Central Blvd.,Jupiter Interior:9,594 s•.ft./Exterior:430 Ift, •Interior and exterior pesticide treatment at Radio Repeater $0.00 1 9 Tower, 16749 Jupiter Farms Road,Jupiter $ 15.00 Imo.X 12= $ Interior: 144 sq.ft./Exterior:48 Ift. i Interior and exterior pesticide treatment at Fire Rescue 288.00 20. Station#68, 1000 Park Avenue,Lake Park $ 24.00 Imo.X 12= $ Interior:9,030 s•.ft./Exterior.519 Ift. Interior and exterior pesticide treatment at Fire Rescue 264.00 Station#21, 14200 Okeechobee Blvd.,West Palm Beach $ 22 00 Imo.X 12= $ • Interior.6,735 s•,ft./Exterior.366 Ift. Interior pesticide treatment at Fire Rescue Station#22, 240.00 5060 Seminole Pratt Whitney Road, Loxahatchee $ 20.00 Imo.X 12= $ Interior:4.050 s•.ft. Interior and exterior pesticide treatment at Fire Rescue• $ 24.00 Imo,X 12 = $ 288.00 Station#23,5471 Okeechobee Blvd.,West Palm Beach Interior 8,900 s•.ft.I Exterior:556 Ift, - Interior and exterior pesticide treatment at Jupiter Branch 300.00 24. Library,705 Military Trail,Jupiter $ Interior:22,000 s•. 25.00 /mo.X 12= $ ft.,/Exterior: 708 Ift. Interior and exterior pesticide treatment at Tequesta 240.00 Branch Library, 461 Old Dixie Hwy, N,Tequesta $ 20.00 Imo.X 12= $ Interior:4,000 s•.ft./Exterior.270 Ift. Interior and exterior pesticide treatment at Okeechobee 26. Blvd.Branch Library, 5689 W.Okeechobee Blvd.,West 288.00 Palm Beach $ 24.00 /mo.X 12= $ Interior: 17,000 s•.ft.!Exterior:670Ift. Interior and exterior pesticide treatment at Gardens Branch Library, 11303 Campus Drive,Palm Beach 360.00 Gardens 30.00 Imo.X 12= $ Interior:40,000 a..ft,/Exterior: 953 Ift. Interior and exterior pesticide treatment at Acreage Branch 336.00 28Library,15801 Orange Blvd.,Loxahatchee 2$.00 Imo.X 12= $ Interior:30,000 s•.ft.l Exterior: 855 Ift. Interior and exterior pesticide treatment at Highridge, 360.00 4200 N.Australian Avenue,West Palm Beach $ 30.00 Imo.X 12= $ 29. ft.!Exterior 1,745 Ift. Interior:31,069 s•. All unit prices bid should within tor wo accordingly. oedi glypoints. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to roundp Continued,... i FIRM NAME: Hulett Environmental Services, Inc. Page 19 BID RESPONSE BID#12-075/AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT LOT#1: NORTH REGION Continued.... TOTAL • NO. LOCATION • UNIT PRICE ANNUAL OFFER NO. Interior and exterior pesticide treatment at Hanley Building 30. —Victim Services,4210 N.Australian Avenue,West Palm Beach $ 22.00 /mo.X 12= $ 264.00 Interior:8,323 sq.ft./Exterior: 520 Ift. TOTAL OFFER LOT#1 (Items 1 thru 30): $8,978.56 LOT#1 TOTAL OFFER X.89(weight factor)=$ 7,990.92 (A) $ 90.00 _/each 31. Rodent Trap Initial Set-up,as specified herein $ 45 00 /each 32. Rodent Trap Follow-up Service, as specified herein • LOT#1 RODENT TRAPPING(Items 31 and 32)$ 135.00 X .07 (weight factor)=$ 9.45 (B) $20.00 /each 33. Bait Station Initial Set-up,as specified herein $5.00 !Month 34. Monthly Bait Station Service,as specified herein LOT#1 RODENT BAIT STATION (Items 33 and 34)$25.00 X .04(weight factor)= $ 1.00 (C) LOT#1 GRAND TOTAL FACTORED RATE(A+B+C)=•$ 8,0011.37 All unit prices bid should be within down two (2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round p ingly. OPTIONS: LOT#1 OPTIONS PER TERM &CONDITION #13 AND LOCATIONS (ADDITIONS I DELETIONS) PER TERM &CONDITION#14 ** FAILURE TO COMPLETE THIS SECTION SHALL RENDER YOUR BID NON-RESPONSIVE** 1.Monthly interior pesticide treatment for additional locations,as specified herein $0.01 sq.ft. 2.Monthly exterior pesticide treatment for additional locations,as specified herein $0.06 Ift. 3.Interiorpesticide esticide treatment on an "as needed"basis,as specified herein $0.01 sq.ft. Continued.,.• I• FIRM NAME: Hulett Environmental Services, Inc. U Page 20 BID RESPONSE BID#12-075/AR • PEST AND RODENT CONTROL SERVICES, TERM CONTRACT F :cENIREGboNLOcATlONoncomplex :NlTxi $ 00 T#2RAL TOTAL ITEM PRICE ANNUAL OFFER nitial sta -up service at Clayton Hutches59 N. Military Trail, West Pal 1' 19,121 sq.ft. Exterior pesticide treatment, 831 Ift. $ 16.75 Imo.X 12= $ 201.00 Initial start-up service at Mounts Building, Main Building& 20,00 2. Pavilion Gift Shop,531 N Military Trail,West Palm Beach $ 20.00 lea X 1 = $ 7,800 s•.ft. • 153.40 Exterior pesticide treatment,424 Ift. • $ 12.75 Imo.X 12= $ Initial start-up service at Animal Care&Control 95.ao 3. 7100 Belvedere Road,West Palm Beach $ 95.00 /ea X 1 = $ 30,000 sq.ft. 900.00 Exterior pesticide treatment,2,000 Ift. 5 75.00 Imo.X 12= $ (includes Admin.and Kennels Initial start-up service at Graphics 4. 1701 South Jog Road,Greenacres $ 20.00 lea X 1 = $ 20.00 4,426 s•.ft. 165.00 Exterior pesticide treatment,275 Ift. $ 13.75 Imo.X 12= $ Initial start-up service at Mid Western Communities 40.00 5. Service Center,200 Civic Center Way, Royal Palm Beach $ 40.00 !ea X I = 22,000 sq.ft. I 165.04 Exterior pesticide treatment,460 Ift. $ 13.75 Imo.X 12= $ Initial start-up service at Herman Brice Fire Rescue 6. 405 Pike Road,West Palm Beach $ 75.00 lea X 1 = $ 75.00 59,303 s•.ft. $ 24.75 Jmo.X 12= $ 297.00 Exterior pesticide treatment, 1,241 It Initial start-up service at PBSO Central Video Visitation 25,00 7. 9620 Process Drive, West Palm Beach $ 25,00 /ea xi = $ 12,697 s•.ft. 216.00 Exterior pesticide treatment, 627 Ift. $ 18.00 Imo.X12= $ Initial start-up service at Medical Examiner's Office 35.00 -3126 Gun Club Road,West Palm Beach $ 35.00 lea X 1 = $ i 8. 7,648 s•.ft. Exterior pesticide treatment, 818 Ift. (2 buildings) $ 16.00 Imo.X 12= $ 192.00 All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two (2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.... FIRM NAME: Hulett Environmental Services, Inc. , Page 21 0 BID RESPONSE BID#1 2-075/AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT LOT#2: CENTRAL REGION Continued.... TOTAL NIT PRICE ANNUAL OFFER r NO. LOCATION , Initial start-up service at Criminal Justice Complex • 9. Courtrooms and Offices, 3228 Gun Club Road, 40.00 West Palm Beach $ 40.00 lea X 1 = $ 19,000 s•.ft. 600,00 Exterior pesticide treatment,2,520 Ift. $ 50.00 lmo.X 12= $ Initial start-up service at Facilities Management 10. Maintenance Shop&Offices,Criminal Justice Complex 18.00 3228 Gun Club Road,West Palm Beach $ 18,00 lea X 1 = $ 1,500 sq.ft. 198.00 i • Exterior pesticide treatment,659 Ift. $ 16.50 Imo.X 12= $ Initial start-up service at Clerk of Courts 55.00 11. 429 Park Place West Palm Beach $ 55.00 lea X 1 = $ 56,000 s•.ft. X12= $ 192 0000 Imo 16. , • Exterior pesticide treatment,473 Ift, $ 168.00 Exterior pesticide treatment,350 Ift. $ 14.00 lmo.X 12= $ • Initial start-up service at Community Service 45.00 12. 810 Datura Street,West Palm Beach $ 45.00 !ea X 1 = $ - 29,650 sq.ft. 156.00 Exterior pesticide treatment,430 Ift. $ 13.00 /mo.X12= $ , Initial start-up service at Four Points Center 55.00 13. 50 S. Military Trail,West Palm Beach $ 55,00 /ea X 1 = $ 53,244 s..ft. 192.00 Exterior pesticide treatment, 800 Ift. $ 16.00 /mo.X 12= $ Initial start-up service at EOC 45.00 i 14. 20 S.Military Trail,West Palm Beach $ 45.00 !ea X 1 = $ 40,000 s•.ft. • $ 18.50 /mo.X 12= $ 188.00 Exterior pesticide treatment,830 Ift. Initial start-up service at Supervisor of Elections 45.00 15. 240 S. Military Trail,West Palm Beach $ 45.00 lea X 1 = $ j 40,431 sq.ft. 276.00 Exterior pesticide treatment, 1,150 Ift. $ 23.00 /mo.X 12= $ Initial start-up service at PBSO Training Center 35.00 16. 4215 Cherry Road,West Palm Beach $ 35.00 lea X 1 = $ 31,045 S•.ft. 198.00 k Exterior pesticide treatment, 840 Ift. $ 16.50 /mo.X 12= $ Al!unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.,., s FIRM NAME: Hulett Environmental Services, Inc. i 1 it Page 22 BID RESPONSE BID#12-0751AR PEST AND RODENT CONTROL SERVICES, TERM CONTRACT LOT#2: CENTRAL REGION Continued.... TOTAL NOM LOCATION UNIT PRICE ANNUAL OFFER Initial start-up service at PBSO Computer Center • 17. 4215 Cherry Road,West Palm Beach $ 20.00 tea X 1 = $ 240.00 4723 sq.ft. • X 12= $ 120.0000 Imo. Exterior pesticide treatment,200 Ift. $ 10. Initial start-up service at Lake Worth Tax Collector 18. 3551 S.Military Trail,West Palm Beach $ 25.00 lea X 1 = $ 300.00 6,300 sq.ft. • 144.Q0 Exterior pesticide treatment,400 Ift. • $ 12.00 /mo.X 12= $ Initial start-up service at Mid-County Senior Center 19. 3680 Lake Worth Road, Lake Worth $ 40.00 lea X 1 = $ 40.00 26,000 so ft. 264.00 °i Exterior pesticide treatment, 1,100 Ift. $ 22.00 /mo•X 12= $ ''': Initial start-up service at Fixed Assets/Purchasing I. • 20. Warehouse,2455 Vista Parkway,West Palm Beach $ 55.00 lea X 1 = $ 55.00 89,390 sq.ft. 210.00 Exterior pesticide treatment, 875 ift. $ 17.50 Imo,X 12= $ Initial start-up service at Airport Center I 'il� i 21. 100 Australian Avenue,West Palm Beach $ 45.00 /ea X 1 = $ 45.00 51,000 sq.ft. l' Exterior pesticide treatment, 460 Ift. $ 14.00 Imo.X 12= $ 168.00 l Initial start-up service at Airport Center 2 • 22. 160 Australian Avenue,West Palm Beach $45.00 /ea X 1 = $ 45.00 a 51,000 sq.ft. 168,00 Exterior pesticide treatment, 460 Ift. $ 14.00 /mo.X 12= $ Interior and exterior pesticide treatment at Fire Rescue Station#20, 1000 Greenview Shores Blvd.,Wellington 25.00 Imo.X 12= $ 300.00 23. Interior:5,500 sq.ft.,1 Exterior: 331 Ift. Interior and exterior pesticide treatment at Fire Rescue 24, Station#25, 1060 Wellington Trace,Wellington $ 27,00 /mo.X 12= $ 324.00 Interior:7,861 sq.ft./Exterior:452 Ift. Interior and exterior pesticide treatment at Fire Rescue i 25.. Station#26,6085 Avocado Blvd.,West Palm Beach $ 25.00 /mo.X 12= $ 300.00 • Interior:5,302 sq.ft./Exterior:320 Ift. Interior and exterior pesticide treatment at Fire Rescue 26. Station#27, 3411 South Shore Blvd.,Wellington $ 25.00 /mo•X 12= $ 300.00 Interior:5,200 sq.ft.l Exterior:331 ift. All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2) decimal points, Purchasing reserves the right to round up or down accordingly. Continued.... • FIRM NAME: Hulett Environmental Services, Inc. I , Page 23 BID RESPONSE BID ##12-075/AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT LOT#2:CENTRAL REGION Continued.... TOTAL• N ITEM LOCATION UNIT PRICE ANNUAL OFFER NO. Interior and exterior pesticide treatment at Fire Rescue Station#28, 1040 Royal Palm Beach Blvd., Royal Palm 27. Beach $ 28.00 Imo,X 12= $ 336.00 Interior:8,700 sq.ft./Exterior:534 Ift. Interior and exterior pesticide treatment at Fire Rescue 300.00 28. Station#29, 10055 Belvedere Road, Royal Palm Beach $ 25.00 Imo.X 12= $ Interior:5,110 sq.ft.!Exterior:310 Ift. Interior and exterior pesticide treatment at Fire Rescue 300.00 • 29. Station#30, 9610 Stribling Way,Wellington $ 25:00 /ma. X 12= $ Interior:6,545 sq.ft./Exterior:412 Ift. Interior and exterior pesticide treatment at Fire Rescue i 30. Station#24,1734 Seminole Blvd.,West Palm Beach $ 27 00 Imo.X 12= $ 324.00 Interior:6,848 sq.ft./Exterior:380 Ift. Interior and exterior pesticide treatment at Fire Rescue 31. Station#31,3400 2°d Avenue North, Lake Worth $ 25.00 /mo.X 12= $ 300.00 Interior.6,222 sq.ft.I Exterior:410 Ift. �i Interior and exterior pesticide treatment at Fire Rescue .' 32. Station#32, 4022 Charleston Street, Lake Worth $ 28,00 /mo.X 12= $ 336,00 Interior:8,739 sq,ft,/Exterior:315 Ift. Interior and exterior pesticide treatment at Fire Rescuei 33. Station#33, 830 Kirk Road,West Palm Beach 28.00 Imo.X 12= $ 336.00 Interior:8,373 sq.ft.!Exterior 397 Ift. i Interior and exterior pesticide treatment at Fire Rescue l 34. Station#36,5395 Purdy Lane,West Palm Beach $ 25.00 /mo.X 12= $ 300,00 1� Interior:5,475 sq.ft./Exterior:355 Ift. Interior and exterior pesticide treatment at Fire Rescue 324.00 35. Station#39,230 Cypress Lane, Palm Springs $ 27,00 /mo.X 12= $ Interior:6,650 sq.ft./Exterior:320 Ift. Interior pesticide treatment at Fire Rescue Station#93 36. 1229 Detroit Street,Lake Worth $ 25.00 Imo.X 12= $ 300.00 _ interior 5,771 sq,ft, II Interior and exterior pesticide treatment at Fire Rescue i 37• Station#34,231 Benoist Farms Road,West Palm Beach 336.00 . $ 28.00 Imo. X 12= $ Interior:9,593 sq.ft./Exterior:425 Ift. Interior and exterior pesticide treatment at Greenacres IIS 38. Branch Library,3750 Jog Road,Greenacres $ 30.00 Imo.X 12= $ 360.00 Interior 17,000 sq.ft.,/Exterior:670 Ift. ii Interior pesticide treatment at Library Annex, '' 180.00 i 3g 4639 Lake Worth Road, Lake Worth $ 15.00 Imo.X 12= $ Interior: 1,015 sq.ft. All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two (2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.... , I FIRM NAME: Hulett Environmental Services, Inc. 1 i • Page 24 BID RESPONSE BID#12-0751AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT LOT#2: CENTRAL REGION Continued.... TOTAL ITEMO. LOCATION UNIT PRICE ANNUAL OFFER NO. Interior and exterior pesticide treatment at Royal Palm 40, Beach Branch Library,500 Civic Center Way, Royal Palm Beach25.00 Imo. X 12= $ 300.00 Interior:8,000 sq.ft./Exterior:480 Ift. Interior and exterior pesticide treatment at Palm Beach 41. County Library, 3650 Summit Blvd.,West Palm Beach $ 35.00 Imo.X 12= $ 420.00 Interior.38,000 sq.ft.t Exterior: 1,430 Ift. _ Interior and exterior pesticide treatment at Wellington 42, Branch Library, 1951 Royal Fern Drive,Wellington $ 34.00 /mo.X 12= $ 408.00 Interior:30,000 sq.ft.J Exterior:892 Ift. Interior pesticide treatment at Central Regional Operations 43. Center,8100 Forest Hill Blvd.,West Palm Beach O&M: 11,687 sq.ft. ProcurementANarehouse:34,511 sq.ft. Mini Storage#1: 1,284 sq.ft. Mini Storage#2: 1,284 sq.ft. Shop Building#1:6,262 sq,ft. Shop Building#2:6,000 sq.ft. Utility Plant(Gen. Electric): 1,440 sq.ft. . 70.00 /mo.X 12= $ 840,00 . Administration:40,565 sq.ft. Interior pesticide treatment at Water Treatment Plant#2 44 2956 Pinehurst Drive,West Palm Beach Building A, Ozone/Control:7,430 sq.ft. Building B, H.S. Pump: 3,710 sq,ft. Building C,Chlorine: 1,860 sq.ft. Building D, Ozone Contractor:1,450 sq.ft. Building E,Ozone Destruct: 450 sq.ft. Building F, Generator.600 sq.ft. $ 45.00 /mo.X 12= $ 540.00 Building G, Meter Shop: 1,650 sq.ft. Interior pesticide treatment at Water Treatment Plant#8 45 1500 Jog Road,West Palm Beach Building A, Control/Filter.25,220 sq.ft. Building B, Ozone:5,510 sq.ft. Building C, Ozone Contract Basin: 1,850 sq.ft. Building D, Sodium Hypochlorite:2,520 sq.ft. Building E,Vacuum Filter:3,480 sq.ft. Building F, Lime Silo:470 sq.ft. Building G,Wellfield Generator.660 sq.ft. $ 65.00 /mo.X 12= $ 780.00 Building R, Fluoride Storage Area: 3,024 sq.ft. All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. •Continued.... FIRM NAME: Hulett Environmental Services, Inc. k ' Page 25 BID RESPONSE BID#12-075/AR PEST AND RODENT CONTROL SERVICES, TERM CONTRACT • LOT#2: CENTRAL REGION Continued.... ITEM TOTAL NO, LOCATION UNIT PRICE ANNUAL OFFER Interior pesticide treatment at Lift Station#5229 46. 151 S.Haverhill Road,West Palm Beach $ 20.00 /mo.X 12= $ 240.00 8,300 sq.ft. TOTAL OFFER LOT#2(Items 1 thru 46): $ 15,733.00 LOT#2 TOTAL OFFER X.89 (weight factor)=$ 14,002.37 (A) 47. Rodent Trap Initial Set-up,as specified herein $90.00 /each 48. Rodent Trap Follow-up Service, as specified herein $45.00 /each LOT#2 RODENT TRAPPING (Items 47 and 48)$ 135.00 X .07 (weight factor)=$ 9.45 (B) 49. Bait Station Initial Set-up, as specified herein $20.00 leach 50. Monthly Bait Station Service,as specified herein $5.00 /Month LOT#2 RODENT BAIT STATION (Items 49 and 50)$25.00 X .04(weight factor)=$ 1.00 (C) LOT#2 GRAND TOTAL FACTORED RATE•(A+B+C)_$ 14,012,82 ' All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. OPTIONS: LOT#2 OPTIONS PER TERM & CONDITION #13 AND LOCATIONS (ADDITIONS DELETIONS) PER TERM &CONDITION#14 ** FAILURE TO COMPLETE THIS SECTION SHALL RENDER YOUR BID NON-RESPONSIVE** 1.Monthly interior pesticide treatment for additional locations,as specified herein $ 0.01 sq.ft. 2.Monthly exterior pesticide treatment for additional locations,as specified herein $ 0.06 Ift. 3. Interior pesticide treatment on an"as needed" basis,as specified herein $ 0,01 sq.ft. Continued.... f II FIRM NAME Hulett Environmental Services, Inc. Page 26 BID RESPONSE BID#12-075/AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT LOT#3:GOVERNMENTAL CENTER COMPLEX TOTAL NO ITEM LOCATION UNIT PRICE ANNUAL OFFER s NO. Initial start-up service at Governmental Center 301 N.Olive Avenue,West Palm Beach $ 215.00 !ea X 1 = $ 215.00. 1' 295 300 sq.ft. Exterior pesticide treatment, 911 Ift. $ 18.00 Imo.X 12= $ 216.00 Initial start-up service at County Courthouse 2. 205 N.Dixie Hwy.,West Palm Beach . $ 350.00 !ea X 1 = $ 350.00 698,500 sq.ft. 384.00 i Exterior pesticide treatment, 1,633 Ift. $ 32.00 /mo.X 12= $ Initial start-up service at Central Energy Plant 25.00 3. 400 N.Quadrille,West Palm Beach $ 25.00 lea X 1 = $ 10,400 sq.ft. 156.00 Exterior pesticide treatment, 527 Ift. $ 13.00 /mo.X 12= $ Initial start-up service at Parking Garage Offices 15 00 4. 215 N.Olive Avenue,West Palm Beach $ 15.00 /ea Xi = $ 1,456 sq.ft. 150.00 Exterior pesticide treatment,250 Ift. $ 12.50 /mo,X 12= $ Initial start-up service at Criminal Justice.Building 150,00 5. 401 N. Dixie Hwy.,West Palm Beach $ 150.00 /ea X 1 = $ 172,000 sq.ft. 228.00 Exterior pesticide treatment,767 Ift, $ 19.00 /mo.X 12= $ Initial start-up service at Central Energy Plant 215 N.Olive Avenue,West Palm Beach $ 20.00 /ea X 1 = $ 20.00 6, 2,696 sq.ft. Exterior pesticide treatment,220 Ift. 11.00 Imo.X 12= $ 132.00 Initial start-up service at Judicial Parking Garage/Offices 7 505 Banyan Blvd.,West Palm Beach $ 240,00 /ea X 1 = $ 240.00 377,712 sq.ft. 324.00 Exterior pesticide treatment, 1,344 Ift. $ 27.00 /mo.X 12= $ All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.... FIRM NAME: Hulett Environmental Services, Inc. Page 27 BID RESPONSE BID#12-075/AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT LOT#3:GOVERNMENTAL CENTER COMPLEX Continued.... ITETOTAL NO.M LOCATION UNIT PRICE ANNUAL OFFER Initial start-up service at Historic Courthouse 300 N.Dixie Hwy.,West Palm Beach $ 25 00 lea X 1 = $ 25.00 8' 20,318 sq.ft. Exterior pesticide treatment,440 Ift. $ 11.00 Imo.X 12= $ 132.00 TOTAL OFFER LOT#3(Items 1 thru 8): $ 2,762.00 LOT#3 TOTAL OFFER X.89(weight factor)_$ 2,458.18 (A) 9. Rodent Trap Initial Set-up, as specified herein $90.00 /each 10. Rodent Trap Follow-up Service, as specified herein $45.00 /each LOT#3 RODENT TRAPPING(Items 9 and 10)$135.00 X .07(weight factor)=$9.45 (B) 11. Bait Station Initial Set-up,as specified herein $20.00 /each 12. Monthly Bait Station Service,as specified herein $ 5.00 /Month LOT#3 RODENT BAIT STATION(Items 11 and 12)$ 25.00 X .04(weight factor)=$ 1.00 (C) LOT#3 GRAND TOTAL FACTORED RATE(A+B+C)_$ 2,468.63 All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly, OPTIONS: LOT#3 OPTIONS PER TERM & CONDITION#13 AND LOCATIONS (ADDITIONS 1 DELETIONS) PER TERM & CONDITION #14 ** FAILURE TO COMPLETE THIS SECTION SHALL RENDER YOUR BID NON-RESPONSIVE** 1.Monthly interior pesticide treatment for additional locations,as specified herein $ 0.01 sq.ft. 2.Monthly exterior pesticide treatment for additional locations,as specified herein $0.06 Ift. 3.Interior pesticide treatment on an "as needed" basis,as specified herein $0.01 sq.ft. Continued.... FIRM NAME: Hulett Environmental Services, Inc. Page 28 BID RESPONSE BID #12-0751AR I . PEST AND RODENT CONTROL SERVICES, TERM CONTRACT f LOT#4: SOUTH REGION TOTAL ITEM LOCATION UNIT PRICE ANNUAL OFFER I NO. Initial start-up service at South County Courthouse 150.00 1 200 West Atlantic Avenue, Delray Beach $ 150.40 /ea X 1 = $ 143,448 s•,ft_ 288.00 Exterior pesticide treatment, 1,193 Ift. $ 24.00 /mo.X 12= $ Initial start-up service at South County Admin. Complex 55.00 2. 345 South Congress Avenue, Delray Beach 55.00 /ea X1 = $ • 51,026 sq.ft. 252,00 Exterior pesticide treatment,1,052 Ift. 21,00 /mo.X 12= $ Tax p)startservice at South-up ser Annex,501 South Co Congress Avenue, 3. Property A App Delray Beach $ 38.00 /ea X 1 = $ 38.00 12,343 sq.ft. 186,00 Exterior pesticide treatment,516 ift. $ 15.50 Imo.X 12= $ I...-__. _ enue, 4. � . , $ 120.00 /ea X 1 = $ 20.00 :. j oy-- -4 1- ( • $ 12.00 /mo.X 12= $ 144.00 �"1 • p 5. ��'e, $ 20.00 lea X 1 = $ 20.00 j -$ 12.00 /mo.X 12= $ 144.00 im 6. • $ 20.00 /ea X 1 = $ 20.00 $ 12.00 Imo,X 12= $ 144.00 7. •• $45.00 /ea X 1 = $ 45.00 j IL,VJT Jt.{. Il. 252.00 Exterior pesticide treatment, 1,042 Ift. $ 21.00 /mo.X 12= $ Initial start-up service at Mosquito Control • 8. 9011 W. Lantana Road,Lake Worth 3,300 sq.ft. $25.00 /ea X 1 = $ 25,00. $ 13.00 Imo.X 12= $ 156.00 Exterior pesticide treatment,330 Ift. '' All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. • Continued.... FIRM NAME Hulett Environmental Services, inc. {f E • Page 29 BID RESPONSE BID#12-075!AR , PEST AND RODENT CONTROL SERVICES, TERM CONTRACT LOT#4: SOUTH REGION Continued.... TOTAL NOM LOCATION UNIT PRICE ANNUAL OFFER NO. . Initial start-up service at SROC, Fleet Management#3 13026 Jog Road, Delray Beach $ 20.00 /ea X 1 = $ 20.00 • 9' 1,600 sq.ft. Exterior pesticide treatment, 160 Ift. $ 12.00 /mo.X 12= $ 144.00 Initial start-up service at PBSO EOD Bomb Squad 10. 19960 Lyons Road,Boca Raton $ 20.00 /ea X 1 = $ 20.00 1,440 sq.ft. 144.00 Exterior pesticide treatment, 160 Ift. • $ 12.00 Imo.X 12= j Initial start-up service at Boynton Headstart 11. 909 NE 3`d Street,Boynton Beach $ 30.00 lea X 1 = $ 360.00 10,400 sq.ft. 180,00 Exterior pesticide treatment,490 R. $ 15.00 /mo.X 12= $ Initial start-up service at Sandcastle Headstart 12. 1101 Mentone Road, Lantana 1,988 $ 20.00 /ea X 1 = $ 20.00 sq.ft. Exterior pesticide treatment,200 Ift. $ 12.00 /mo.X 12= ` $ 144.00 I 13. I /V\ *-- /l $ 30.00 /ea X 1 = $ 30.00 $ 14.00 /mo.X 12= $ 168.00 14. ' . $ 25.00 /ea X 1 = $ 25.00 $ 15.00 /mo.X 12= $ 180,00 15.• $ 25.00 /ea Xi = $ 25.00 $ 12.00 /mo.X12.= $ 144.00 16. $ 40.00 /ea X 1 = $ 40.00 -= $ 22.00 /mo.X 12= $ 264.00 17. Initial start-up at PBSO Community Policing 6787 Palmetto Circle, Boca Raton $ 20.00 /ea X 1 = $ 20.00 2,236 sq.ft. 144.00 Exterior pesticide treatment, 180 It $ 12.00 /mo,X 12= $ All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued..,. FIRM NAME: Hulett Environmental Services, Inc. Page 30 •BID RESPONSE BID #12-075/AR . PEST AND RODENT CONTROL SERVICES, TERM CONTRACT LOT#4: SOUTH REGION Continued.... TOTAL NO. LOCATION UNIT PRICE ANNUAL OFFER NO. I 18. Initial start-up at South County Courthouse Garage, 65 SW 2nd Avenue,Delray Beach $ 125.00 lea X 1 = $ 125.00 140,819 sq. ft. 240.00 Exterior pesticide treatment, 1,005 Ift. $ 20.00 Imo,X 12= $ Interior and exterior pesticide treatment at Fire Rescue Station#35,2501 W. Lantana Road, Lantana $ 25.00 /mo.X 12= $ 300.00 19' Interior:5,482 sq.ft./Exterior: 280 Ift. I Interior and exterior pesticide treatment at Fire Rescue 1 20, Station#37,500 Greynolds Circle, Lantana $ 25.00 /mo.X 12= $ 300.00 • Interior pesticide treatment at Fire Rescue Station#38 21, 600 S.Ocean Blvd., Manalapan $ 20.00 Imo.X 12= $ 240.00 Interior 1,500 sq.ft. Interior and exterior pesticide treatment at Fire Rescue • 22. Station#43,5970 Military Trail, Lake Worth $ 25.00 /mo. X 12= $ 300.00 1 Interior.5,685 sq.ft./Exterior:485 Ift. Interior pesticide treatment at Fire Rescue Station#91 • 23. 1020 Lucerne Avenue,Lake Worth 30,00 Imo,X 12= $ 360.00 Interior. 14,680 sq.ft. i Interior and exterior pesticide treatment at Fire Rescue 24. Station#41,5105 Woolbright Road,Boynton Beach $ 25,00 Imo.X 12= $ 300.00 Interior.5,850 sq.ft.1 Exterior: 345 Ift. Interior and exterior pesticide treatment at Fire Rescue k25. Station#42, 14276 Hagen Ranch Road, Delray Beach • I Interior:26,892 sq.ft./Exterior: Bldg. 1 -690 Ift; Bldg.2- $ 35.00 /mo.X 12= $ 420.00 300 Ift,,. Interior and exterior pesticide treatment at Fire Rescue j 26. Station#44,6670 Flavor Pict Road, Boynton Beach $ 25.00 /ma.X 12= $ 300.00 Interior:5,500 sq.ft.!Exterior:336 Ift. I Interior and exterior pesticide treatment at Fire Rescue , 27. Station#45, 15450 Jog Road, Delray Beach , $ 25.00 /mo.X 12= $ 300,00 Interior:5,100 sq.ft./Exterior: 305 Ift. Interior and exterior pesticide treatment at Fire Rescue 28. Station#46,7550 Jog Road, Lake Worth $ 25.00 Imo.X 12= $ 300.00 Interior:5,100 sq.ft.!Exterior: 305 Ift. Interior and exterior pesticide treatment at Fire Rescue 29. Station#47, 7950 Enterprise Center Circle, Boynton Beach $ 25.00 /mo.X 12= $ 300.00 Interior:5,500 sq.ft.!Exterior. 335 Ift. Interior and exterior pesticide treatment at Fire Rescue 30. Station#48, 8560 Hypoluxo Road,Lake Worth $ 25.00 /mo.X 12= $ 300.00 Interior:5,475 sq.ft./Exterior:330 Ift. All unit prices bid should be within two(2)decimal points. if bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.,.. FIRM NAME: Hulett Environmental Services, Inc. a f Page 31 BID RESPONSE BID #12-075/AR • • PEST AND RODENT CONTROL SERVICES, TERM CONTRACT LOT#4: SOUTH REGION Continued.... TOTAL I EM LOCATION UNIT PRICE ANNUAL OFFER I NNO, Interior and exterior pesticide treatment at Fire Rescue I 31. Station#52,4661 Pheasant Way, Boca Raton Interior:4,161 sq.ft./ExteriorBldg. 1-230 Ift; Bldg,2- $ 25.00 /mo.X 12= $ 300.00 150 Ift. Interior and exterior pesticide treatment at Fire Rescue 32. Station#51, 10050 Judge Winikoff Road, Boca Raton 25 00 /mo.X 12= $ 300.00 Interior:5,781 sq.ft,I Exterior: 330 Ift. Interior and exterior pesticide treatment at Fire Rescue 33. Station#53, 19950 Lyons Road,Boca Raton $ 25,00 /mo.X 12= $ 300.00 Interior:5,500 sq. ft./Exterior.335 Ift. Interior and exterior pesticide treatment at Fire Rescue 324,00 34. Station#54, 18501 State Road 7, Boca Raton $ 27.00 /mo.X 12= $ Interior 6,310 sq.ft./Exterior:340 Ift. Interior and exterior pesticide treatment at Fire Rescue 35. Station#55,6787 Palmetto Circle North, Boca Raton $ 27 00 Imo.X 12= $ 324.00 Interior:6,259 sq. ft. /Exterior:360 Ift. Interior and exterior pesticide treatment at Fire Rescue 36. Station#56,6250 SW 18th Street, Boca Raton $ 25,00 Imo.X 12= $ 300.00 Interior:5,500 sq.ft.I Exterior:315 Ift. Interior and exterior pesticide treatment at Fire Rescue 37, . Station#57, 9030 Vista Del Lago, Boca Raton $ 30.00 /mo.X 12= $ 360.00 Interior:9,500 sq. ft.I Exterior:450 Ift. Interior and exterior pesticide treatment at Fire Rescue 300.00 38. Station#58, 12245 Glades Road, Boca Raton $ 26.00 Imo.X 12= $ Interior:5,500 sq.ft../Exterior:335 Ift, Interior and exterior pesticide treatment at West Boynton Branch Library,9451 Jog Road,Boynton Beach $ 38.00 /mo.X 12= $ 456.00 39• Interior: 17,700 sq.ft.,/Exterior:660 Ift. Interior and exterior pesticide treatment at Glades Branch 480.00 40. Library,20701 95th Avenue South, Boca Raton $ 40.00 Imo.X 12= $ Interior:24,000 sq.ft./Exterior:716 It • Interior and exterior pesticide treatment at West Atlantic 456.00 41. Branch Library, 14925 Cumberland Drive, Delray Beach 38.00 /mo.X 12= $ Interior: 16,500 sq.ft./Exterior:580 lft. . Interior and exterior pesticide treatment at Hagen Ranch 42. Road Branch Library,14350 Hagen Ranch Road, Delray Beach $ 35.00 /mo.X 12= $ 420.00 Interior: 34,000 sq.ft.!Exterior:958 Ift. . Interior and exterior pesticide treatment at Lantana Branch 43 Library,4020 Lantana Road,Lake Worth 34.00 /mo.X 12 $ 408.00 Interior:29,000 sq.ft.I Exterior:739 Ift, All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.... FIRM NAME: Hulett Environmental Services, Inc. Page 32 2 BID RESPONSE BID #12-075/AR PEST AND RODENT CONTROL SERVICES, TERM CONTRACT Ir LOT#4: SOUTH REGION Continued.... TOTAL NO. ITEM LOCATION PRICE ANNUAL OFFER ' UNIT Interior and exterior pesticide treatment at West Boca 336.00 44. Branch Library, 18685 State Road 7,Boca Raton 28,00 /mo.X 12= Interior:20,000 s .ft./Exterior:729 Ift. Interior pesticide treatment at Customer Service Building 336.00 45 9045 Jog Road, Boynton Beach g 28,00 /no, X 12= $ 18,504 s•. L. Interior pesticide treatment at Southern Regional 46, Operations Center,13026 Jog Road, BeachDelray Deep Well Building"J°: 3,071 sq.ft. Lab"K":10,064 sq.ft. O&M Building"L": 14,785 sq.ft. • Warehouse"M":30,400 sq,ft. Fleet"N":3,866 sq.ft. Shop Building#1 "0":4,226 sq.ft. Shop Building#2"P":6,000 sq.ft. Mini Storage A"Q": 1,842 sq.ft. 780,00 Mini StorageB"R": 1,842 sq.ft. 65.00 /mo.X 12= $ Portable Generator Stora•e Building: 12,282 sq.ft. Interior pesticide treatment at Water Treatment Plant#3 13026 Jog Road, Delray Beach Building A,Membrane Process#1: 5,482 sq.ft. • Building B,Membrane Process#2: 13,821 sq.ft. Building C, Pump:14,190 sq. ft. Building D, Electrical:4,740 sq.ft. Building E, Cleaning:3,710 sq.ft. Building F, Chemical Treatment:1,950 sq.ft. Building G, Hypochlorite:2,500 sq.ft. • Building GG,Control:3,300 sq.ft. Building H, Degasifier/Clearwell#1:3,650 sq.ft. 55.00 lmo.X 12= $ 66D.00 Building I, Degasifier/Clearwell#2: 3,824 sq.ft. Buildin• J,Transfer Pum• Station:4,470 s•.ft. Interior pesticide treatment at Water Treatment Plant#9 48 22438 SW 7th Street, Boca Raton Building A, Membrane:30,708 sq. ft. Building C,Degasifier/Clearwell:7,663 sq.ft. Building D,Electrical: 1,420 sq.ft. 540.00 Building E,Chlorine:3,619 sq.ft. $ ,t1 Imo. X 12= $ Buildin• F,WW Re■ional Pump Station:4,000 s•.ft. decimal points, Purchasing All unit prices bid should to�olund within accordingly.decimal points. If bidder's pricing exceeds two(2) reserves g Continued.... FIRM NAME: Hulett Environmental Services,Inc. Page 33 CPrL Cgel— ‘ 'e 7 ( '3figG ti PESTI LOT#4: SOUTH REGION co) /` If ci Sg ` lL ITEM bFFER NO. �jq I Interior pesticide tre6 ( S ( �? �� ( / Reclamation Facility, \. c 491 . l r-z. ,/%, Beach Pretreatment: 37,354, Blower#1 &#2:8,04 Slude Pump Station I Slude Pump Station Anerobic& Digester I, _ .. Anerobic&Digester j . Electrical/Standby Pc.Y... rv,civu W. it. _ . Chlorine: 3,980 sq.ft. 1,140.00 Effluent Pump Station: 8,390 sq.ft. $ 95.00 Imo.X 12= $ Solids Handling: 15,510 s..ft. TOTAL OFFER LOT#4(Items 1 thru 49): $ 16,616,00 LOT#4 TOTAL OFFER X.89(weight factor)=$14,788.24 (A) $90.00leach 50. Rodent Trap Initial Set-up, as specified herein $45.00 /each 51. Rodent Trap Follow-up Service,as specified herein (07. 135.00 X (weight factor)7--$9.45 (B) LOT#4 RODENT TRAPPING(Items 50 and 51)$ g $20.00 /each 52. Bait Station Initial Set-up,as specified herein $5,00 !Month 53. Monthly Bait Station Service, as specified herein LOT#4 RODENT BAIT STATION(Items 52 and 53)$ 25.00 X .04(weight factor)=$1.00 (C) LOT#4 GRAND TOTAL FACTORED RATE(A+B+C)=$14,798.69 j All unit prices bidshould be d uwithid wo(2)acdecimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to ngly. OPTIONS: LOT#4 OPTIONS PER TERM & CONDITION #13 AND LOCATIONS (ADDITIONS 1 DELETIONS) PER TERM & CONDITION #14 ** FAILURE TO COMPLETE THIS SECTION SHALL RENDER YOUR BID NON-RESPONSIVE** 1.Monthly interior pesticide treatment for additional locations,as specified herein $0.01_sq.ft. 2.Monthly exterior pesticide treatment for additional locations,as specified herein $0.06 Ift. 3.Interior pesticide treatment on an"as needed"basis, as specified herein $0.01 sq.ft. Continued.... FIRM NAME: Hulett Environmental Services, Inc. Page 34 I ' BID RESPONSE BID#12-075/AR PEST AND RODENT CONTROL SERVICES, TERM CONTRACT LOT#5:WEST REGION • TOTAL, ITEM LOCATION UNIT PRICE ANNUAL OFFER NO. . Initial start-up service at West County Senior Center 2916 State Road 15, Belle Glade $ 28.00 lea X 1 = $ 28.00 1' 7,580 sq.ft. Exterior pesticide treatment,522 Ift. $ 1.5.50 /mo.X 12= $ 186.00 Initial start-up service at Belle Glade Courthouse 2. 38844 State Road#80, Belle Glade $ 35.00 lea X 1 = $ 35.00 • 8,400 sq.ft. Exterior pesticide treatment, 1,495 Ift. 30.00 /mo.X 12= $ 360.00 IInitial start-up service at Belle Glade Agriculture I 3. 2976 State Road#15, Belle Glade $ 25.00 /ea X 1 = $ 25.00 2,028 sq.ft. 1 Exterior pesticide treatment, 1,411 Ift. $ 28.00 /mo.X 12= $ 336.00 Initial start-up service at Belle Glade Administration 4. Complex,2976 State Road#15,Belle Glade $ 48.00 /ea X 1 = $ 48.00 23,957 sq.ft. • Exterior pesticide treatment,3,039 Ift. $ 60.50 /mo.X 12= $ 726.00 • Initial start-up service at Pahokee Road&Bridge 5. 580 State Market Road,Pahokee $ 25.00 /ea X 1 $ 25.00 2,000 sq.ft.• 252.00 Exterior pesticide treatment, 1,061 Ift, $ 21.00 Imo.X 12= $ Initial start-up service at Animal Care&Control 6. 3615 State Road 715, Pahokee $ 25.00 /ea X 1 = $ 25.00 3,000 sq.ft. Exterior pesticide treatment,332 Ift. $ 16.50 /mo.X 12= $ 198.00 7. Initial start-up service at Pahokee Head Start 380 E.5th Street, Pahokee . $ 28.00 lea X 1 = $ 28.00 6,096 sq.ft. Exterior pesticide treatment, 386 Ift. $ 19.25 Jmo.X 12= $ 231.00 8. Initial start-up service at Palm Glades Head Start 850 Palm Glades Drive, Belle Glade $ 30.00 lea X 1 = $ 30.00 7,526 sq.ft. � 204.00 Exterior pesticide treatment,420 Ift. $ 17.00 /mo.X12= $ All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two (2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.... FIRM NAME: Hulett Environmental Services, Inc. Page 35 BID RESPONSE BID#12-075/AR PEST AND RODENT CONTROL SERVICES, TERM CONTRACT LOT#5: WEST REGION Continued.... TOTAL ITEM NO. LOCATION UNIT PRICE ANNUAL OFFER Initial start-up service at Hattie Fields Head Start 9. 990 US Hwy.27, South Bay $ 55.00 /ea X 1 = $ 55.00 19,443 sq. ft. 240.00 Exterior pesticide treatment, 1,015 Ift. $ 20.00 /mo.X 12= $ • 10. Initial start-up service at Belle Glade Law Enforcement 38840 State Road 80, Belle Glade $ 65.00 lea X I = $ 65,00 33,268 sq. ft. Exterior pesticide treatment, 354 Ift. $ 18.00 Imo.X 12= $ 216.00 • 11. Initial start-up service at Eagle Academy • 38673 Wheeler Way, Belle Glade1 . $ 65.00 /ea X 1 = $ 65.00 36,810 sq. ft. 318.Q0 Exterior pesticide treatment, 1,060 Ift. $ 26.50 /mo.X 12= $ Interior and exterior pesticide treatment at Fire Rescue 12. Station#72,161 North Lake Avenue, Pahokee $ 25.00 /mo.X 12= $ 300.00 Interior:4,170 sq.ft./Exterior:240 Ift. Interior and exterior pesticide treatment at Fire Rescue • 13, Station#73,525 SW 2nd Street,Belle Glade $ 30.00 Imo,X 12= $ 360.00 Interior: 9,654 sq.ft./Exterior:440 Ift. Interior and exterior pesticide treatment at Fire Rescue 14. Station#74,335 SW 2nd Avenue, South Bay $ 25.00 /mo.X 12= $. 300.00 ' interior 3,266 sq.ft./Exterior. N/A 15 Interior and exterior pesticide treatment at Belle Glade Waste Water Facility,2055 W.Canal Street, South, Belle I Glade $ 30.00 /mo.X 12= $ 360.00 Interior: 9,266 sq.ft./Exterior:214 Ift. Interior and exterior pesticide treatment at Glades Utility 16, Authority-North Trailer, 39800 Hooker Hwy.,Belle Glade $ 20.00 /mo.X 12= $ 240.00 Interior: 672 sq.ft./Exterior: 136 Ift, Interior and exterior pesticide treatment at Glades Utility 17. Authority-Central Trailer,39800 Hooker Hwy., • Belle Glade20.00 /mo.X 12= $ 240.00 Interior: 1,680 sq.ft./Exterior: 188 Ift. Interior and exterior pesticide treatment at Glades Utility 18. Authority-South Trailer, 39800 Hooker Hwy., Belle Glade $ 20.00 /mo.x 12= $ 240.00 Interior: 840 sq. ft./Exterior: 164 Ift. Interior and exterior pesticide treatment at Pahokee Waste 19, Water Treatment Plant, 1001 Rim Canal Road, Pahokee Lab/Office:Interior.620 sq.ft./Exterior: 135 Ift, Blower House#1: Interior:295 sq.ft./Exterior: 75 Ift. Blower House#2:Exterior: 106 ift, Blower House#3:Exterior: 107 Ift. $ 35.00 Imo.X 12= $ 420.00 Bio Solids Bldg:Exterior: 167 Ift. All unit prices bid should be within two (2)decimal points. If bidder's pricing exceeds two(2)decimal points,Purchasing reserves the right to round up or down accordingly. Continued.... FIRM NAME: Hulett Environmental Services, Inc. Page 36 BID RESPONSE BID#12-075/AR PEST AND RODENT CONTROL.SERVICES, TERM CONTRACT ' LOT 0:WEST REGION Continued.... TOTAL ITELOCATION M ANNUAL OFFER NO. Interior and exterior pesticide treatment at Belle Glade 20 Branch Library,530 S. Main Street, Belle Glade $ 25.00 /mo.X 12= $ 300.00 Interior:5,689 sq.ft./Exterior:440 Ift. Interior and exterior pesticide treatment at Clarence E. 21. Anthony Branch Library, 375 South West 2nd Avenue, • 300,00 South Bay $25,00 Imo. X 12= $ Interior:4,000 sq.ft.I Exterior:270 Ift. Interior and exterior pesticide treatment at Louie V.York1111 300,00 Branch Library,525 Bacom Point Road, Pahokee 25.00 /mo.X 12= $_ Interior:4,305 sq.ft./Exterior: 315 Ift. Interior Plant,39800d exterior pesticide rRegional Hwy.,Belle TreatmentGlade • Water Processing Building— Interior:10,805 sq.ft.I Exterior:441 Ift, Ammonia Building— interior:252 sq.ft./Exterior 64 Ift, High Service Pump Building— Interior:660 sq.ft.!Exterior: 106 tft. 540.00 Generator Building— $ 45.00 Imo.X 12= $ Interior,705 s•.ft./Exterior:124 Ift. TOTAL OFFER LOT#5(items 1 thru 23): $ 7,596.00 LOT#5 TOTAL OFFER X.89(weight factor)=$6,760.44 (A) • $90.00 /each 24. Rodent Trapping Initial Set-up,as specified herein 45_ 00 /each Rodent Trap Follow-up Service, as specified herein 135.00 X .07(weight factor)=$9.45 (B) LOT#5 RODENT TRAPPING(Items 24 and 25)$ 26, Bait Station initial Set-up, as specified herein $5.0�_/Month$20.00 /each 27. Monthly Bait Station Service,as specified herein •LOT#5 RODENT BAIT STATION(Items 26 and 27)$ 25.00 X .04(weight factor)_$ 1.00 (C) LOT#5 GRAND TOTAL FACTORED RATE(A+B+C)_$ 6,770.89 All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing • reserves the right to round up or down accordingly. Continued.... • FIRM NAME: Hulett Environmental Services,Inc. Page 37 BID RESPONSE BID#12-0751AR PEST AND RODENT CONTROL SERVICES, TERM CONTRACT l CONDITION #13 AND LOCATIONS (ADDITIONS 1 II OPTIONS: LOT #5 OPTIONS PER TERM &CO i� DELETIONS) PER TERM & CONDITION#14 ** FAILURE TO COMPLETE THIS SECTION SHALL RENDER YOUR BID NON-RESPONSIVE** 1.Monthly interior pesticide treatment for additional locations,as specified herein $ 0.01 sq.ft. 2.Monthly exterior pesticide treatment for additional locations,as specified herein $ 0.06 lft. 3.interior pesticide treatment on an"as needed"basis,as specified herein $ 0.01 sq.ft. LOT#5:PALM IRAN TOTAL i' NO. LOCATION UNIT PRICE ANNUAL OFFER NO. Initial start-up service at Palm Tran Administration h. 3201 Electronics Way,West Palm Beach 45,00 1 $ 45.00 lea X 1 = $ I( 25,000 sq.ft. Exterior pesticide treatment, 1,100 Ift. $ 22.00 /mo.X 12= $ .264.00 _ 7 Initial start-up service at Palm Tran South • 2. 100 N.Congress Avenue, Delray Beach : $ 25.00 /ea X 1 = $ 25.00 4,000 sq.ft. 144.00 Exterior pesticide treatment,260 Ift. $ 12.00 Imo,X 12= $ Initial start-up service at Palm Tran West 3. 38601 James Wheeler Way, Belle Glade 30.00 /ea X 1 = $ 30.00 j 7,500 sq.ft. Exterior pesticide treatment, 385 lft. $ 12.00 Imo. X 12= $ 144.00 All unit prices bid should be within two(2)decimal points. If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up or down accordingly. Continued.... If Hulett Environmental Services, Inc. FIRM NAME: • { Page 38 BID RESPONSE BID#12-0751AR PEST AND RODENT CONTROL SERVICES, TERM CONTRACT LOT#6: PALM IRAN Continued.... TOTAL III ITEM LOCATION UNIT PRICE ANNUAL OFFER NO. Interior pesticide treatment at Palm Tran Connection 336.00 4. 3040 S.Military Trail, Lake Worth $ 28.00 Imo.X 12= $ 6,000 s•.ft. TOTAL OFFER LOT#6(Items 1 thru 4): $988.00 LOT#6 TOTAL OFFER X.89(weight factor)=$ 879.32 (A) j $.90..0._ 0 /each 5. Rodent Trap Initial Set-up,as specified herein $48,00 leach 6. Rodent Trap Follow-up Service,as specified herein 135.00 X ,07(weight factor)= $ 9:42505000 45 (B) - LOT#6 RODENT TRAPPING(Items 5 and 6)$ $2000 leach 7. Bait Station Initial Set-up,as specified herein $500 /Month 8. Monthly Bait Station Service,as specified herein LOT#6 RODENT BAIT STATION(Items 7 and 8)$25.00 X .04(weight factor)=$ 1 00 (C) LOT#6 GRAND TOTAL FACTORED RATE(A+B+C)_$ 889,77 All unit prices bid should be within (accordingly.l points, If bidder's pricing exceeds two(2)decimal points, Purchasing reserves the right to round up ordown 1 I Continued.... I • • FIRM NAME: Hulett Environmental Services, Inc. Page 39 BID RESPONSE BID #12-075!AR PEST AND RODENT CONTROL SERVICES,TERM CONTRACT OPTIONS: LOT#6 OPTIONS PER TERM &CONDITION #13 AND LOCATIONS (ADDITIONS I DELETIONS) PER TERM & CONDITION#1 4 MPLETE THIS SECTION SHALL RENDER YOUR BID NON-RESPONSIVE**** FAILURE TO COft. 1.Monthly interior pesticide treatment for additional locations,as specified herein $ 0.0�. —-. sq. 0.06 lit. 2.Monthly exterior pesticide treatment for additional locations,as specified herein $�— 3.Interior pesticide treatment on an"as needed" basis,as specified herein $0.01 sq.ft. Is Qualification of Bidder's Information included,per Term and Condition#9? YES <INITIAt YES <IN{T1AL Are Attachments A and B included,per Term and Condition#18? ,�/ <INITIAL • Doe Bidder clearly understand the Insurance requirement,per Term and Condition#20? YES ----- * PLEASE AFFIX SIGNATURE HE WHERE INDI ATOF Eo R BID) (FAILURE TO DO SO SHALL RESULT IN T rof any By sig nature on this document, bidder acknowledges and agrees that its offer includes and accepts all terms, conditions, and specifications of the County's bidsolicitation as ori published,without exception, change or alteration kind,,except as may have been publisheda by the County in official amendments prior to this date DATE: • 1 FIRM NAME: (Enter the entire legal name of the bidding entity) DA 2012 Y Hulett Environmental Services, Inc. PRINT NAME: Mike Fearns PRINT TITLE: Vice President 1,0,4 -- *SIGNATURE: ...y... ADDRESS: 7670 Okeechobee Boulevard ZIP CODE: 33411 CITY!STATE: West Palm Beach, FL TELEPHONE# (561 ) 686-7171 E-MAIL: mfearns@bugs.com FAx#: (561 ) 684-0519 TALL FREE # ( 800 ) 285-7378 APPLICABLE FDACS Business License LICENSE(S) J B 614_____:_____-----. TYPE: NUMBER # FEDERAL ID# 59-2282352 I i II\ VITATION TO BID ( IT3) PEST CONTROL SERVICE 2017-095-AK BID ISSUANCE DATE: FEBRUARY 6, 2017 BID DUE: FEBRUARY 28, 2017 3:00 P.M. ISSUED BY: AN ETA KAMYCZEK MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 j www.miamibeachfl.gov 1 TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 14 APPENDICES: APPENDIX A PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 15 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 30 APPENDIX E COST PROPOSAL FORM 34 APPENDIX F INSURANCE REQUIREMENTS 48 2 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,induding 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[sl")if this ITB results in an award. The City utilizes PublicPurchase(www.nublicourchase.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 is seeking bids from qualified pest control firms to: 1) provide the City with various routine interior and exterior pest control services;and/or 2) participate in a pool of prequalified pest control firms for non-routine engagements. Interested firms may: submit a bid response solely for Group 1 (routine interior and exterior pest control services); or submit a bid response solely for Group 2 (pool of prequalified firms); or submit a bid response for both Groups 1 and 2. The requirements and specifications are further detailed herein and,specifically,in Appendix C. 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: ITB Issued February 6,2017 Pre-Bid Meeting February 14,2017 @ 11:00 a.m. Deadline for Receipt of Questions February 17,2017 by 5:00 p.m. Responses Due February 28,2017 by 3:00 p.m. Tentative Commission Approval Authorizing Award April 2017 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Aneta Kamyczek, Procurement Coordinator 305.673.7000 x 6455 anetakamyczek(a miamibeachfi.gov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranadona,miamibeachtoov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). A Pre-Bid conference will be held as scheduled in the Solicitation Timeline above at the following address with site visits to be conducted at the conclusion of the pre-bid conference. City of Miami Beach Procurement Department Conference Room C 1755 Meridian Avenue,3rd Floor 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:9415468 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. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-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. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&statelD=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@miarnibeachfl.gov, 8. 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.qov/procurement/scroll.aspx?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 • 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 4j 9. 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. 10. 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. 11. 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. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-3748, 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 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 AWARDS.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. 18. 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. 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 Department of Procurement Management prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) altemate 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. 6J 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 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 Department of Procurement Management (DPM), 1755 Meridian Avenue,3rd Floor, 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 may be terminated for cause. 7 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. 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. B. 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 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. 81 3. DISCREPANCIES, ERRORS AND OMISSIONS. 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. 38. 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. 39. 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. 40. 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. 41. 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. 42. 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. 43. 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. 9 44. 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. 45. 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. 46. 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. 47. 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. 48. 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. 49. 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. 50. 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. 51. 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. 10 52. 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. 53. 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. 54. 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. 55. 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. 56. 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. 57. 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. 58. 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. 59. 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. 60. 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. 11 ' 61. 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). 62.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. 63. 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. 64. 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 Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. 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. 67. 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. 68.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. 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. 70. 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. 71.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. 72. 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. 73. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City,through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract,awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s)for these additional requirements. If these quote(s)are determined to be fair and reasonable,then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary to add additional items through a formal amendment to the Contract,to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors,or for other reasons at the City's discretion 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,five(5)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, Bidder's Name, 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 -Cost Proposal Form(Appendix E).The Cost Proposal Form(Appendix E)shall be completed mechanically or, if manually,in ink.Cost Proposal Forms submitted in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form shall be initialed. • TAB 2-Bid Certification,Questionnaire and Affidavits(Appendix A). • TAB 3—Documentation indicating compliance with Minimum Eligibility Requirements 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. Balance of Page Intentionally Left Blank 1.4I APPENDIX "A" MIAMIBEACH Proposal Certification , Questionnaire & Requirements Affidavit PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 15 Solicitation No: Solicitation Title: ITB-2017-095-AK PEST CONTROL SERVICES Procurement Contact Tel: Email: Aneta Kamyczek 305-673-7000 x 6455 anetakamvczek(a 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: No.of Employees: No of Years in Business: No of Years in Business Locally: 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. 16 1. Veteran Owned Business. Is Proposer claiminga veteran owned business status? 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. 2. 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/servlet/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. 3. 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. 4. 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. 5. 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 any public 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). 6. 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 171 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. 7. 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/. 8. - - - - ._ _ .. , . . _ ----, - • - - - .'. wage rates listed below: i. Commencing with City fiscal year 2015 (January 1, 2015), the weurty I FIg ratc will be $1-1.62/hr. 9. 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 Contractors employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? YES NO 18 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 Provide Benefit Employees with Employees with Spouses 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.miamibeachfl.gov/procurementl. 10. 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. 11. Non-Discrimination. Pursuant to City Ordinance No. 2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2- 375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375,the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"),and which,among other things,(i)prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 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 Receipt Initial to Confirm Receipt Initial to Confirm Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. Balance of Page Intentionally Left Blank 20t DISCLOSURE 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 Disdaimer,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. PROPOSER CERTIFICATION I 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: • Balance of Page Intentionally Left Blank WNW Z2 APPENDIX " B" MIAMI BEACH " NO BID " Form PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 t to [ it tpodant to(those vendors who have received nafi col<ar of this, Vratatio buf have decided€ not tc respond to complete and submit fhe g t eked"Statement a o Bid `!The "Statement of Na Bid" provides the City' withinformation ©n how to improve the solicitation process. Failure to submit c "Steatement of No Bid`°may result in not being notified of future solicitations 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: ANETA KAMYCZEK, PROCUREMENT COORDINATOR ITB NO. 2017-095-AK 1755 Meridian Avenue MIAMI BEACH, FL 33139 24 I APPENDIX " C" MAMBEACH Minimum R ae uirements & Speco 'fications PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPART ENT Floor 1755 Meridian Avenue, 3rd Miami Beach, Florida 33139 1.MINIMUM ELIGIBILITY REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its bid or upon request by the City, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its bid or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. The stated minimum requirements shall be applicable during the duration of the contract. A. Bidder(business)shall be a licensed Pest Control Company(JB License),issued by the Florida Department of Agriculture and Consumer Services. 2.GENERAL STATEMENT OF WORK. The City is seeking to establish a list of preapproved vendors, to furnish all labor, supervision, equipment and materials necessary to perform pest and rodent control extermination and removal service at City's various facilities. Bidder shall provide labor, all materials, services, skills, supervision, maintenance logs and reports and necessary tools and equipment to insure that City's facilities will be free of pests. Bidder shall have the capability to perform and complete the services in all respects in accordance with the solicitation documents.All service personnel shall have a working knowledge of pest control procedures and shall be in a company uniform and have a displayed photo I.D.on their person while performing services under this proposed contract. Bidder hereby warrants that all services shall be performed in a timely and first-class workmanlike manner. During the course of the contract, contractor's technicians conducting on-site applications, treatments, and inspections shall hold current, valid identification cards, issued by the Florida Department of Agriculture and Consumer Services,Bureau of Entomology and Pest Control. 1. Group 1 (routine service) shall include the suppression or eradication of the following pests from the interiors or perimeter of buildings on a routine bases. At a minimum, services are to be provided on a monthly basis, unless a callback is necessary. Work is to be performed at times mutually agreed upon between the using department and the contractor. Vendor shall perform treatments during normal business hours, Monday through Friday 8:30am — 5:00pm, and weekend on as needed basis. The services shall suppress or eradicate the following: 1. any indoor-infesting pest species that are within the property boundaries of the specified buildings;and 2. rodents,insects,arachnids,and other arthropods;and 3. nests of stinging insects within the property boundaries of the specified buildings;and 4. individuals of all excluded pest populations that are incidental invaders inside the specified buildings,including winged termite swarmers emerging indoors. 2. Group 2 (prequalified group) shall include special engagements to suppress or eradicate any of the pests stated in Section 2.1,as well as the suppression or elimination of the following: 1. birds,bats,snakes,and all other vertebrates other than commensal rodents; 2. termites and other wood-destroying organisms; 3. any other related service. 26 I 3. During the term of the contract, contractor shall visit each property to inspect,maintain,and/or service the interior and exterior of the associated facility for Pest Control Service to include but not be limited to the following: • Ten foot perimeter around facility • Loading Docks • Common Areas,entrance ways, hallways and stairways • Lunchrooms,Kitchens,Kitchenettes • Restrooms • Maintenance Areas • Trash Collection Areas • Mechanical Rooms&Utility Areas • Elevator Rooms and associated elevator pits • Accessible structural voids • Provide the City with no less than 72 hours advanced notice for all routine scheduled services. • Water and Sewer Pump Stations • *Garage& Parking Areas • Areas to be serviced on the parking garages are the parking booths, restrooms, administrative offices,elevators and stairwells. The pest control vendor shall be responsible for adhering to the procedures outlined in IPM plan and reporting the results of site inspections to the Property Manager. If at any time integrated and alternative pest control methods fail and chemical pesticides are necessary, the pest control vendor must notify the Property Manager prior to using the chemical pesticides,and wait for approval from the Property Manager prior to applying the pesticides. 4. Pest Control Plan. The Contractor shall submit to the CM a Pest Control Plan at least five (5) working days prior to the starting date of the contract. Upon receipt of the Pest Control Plan,the CM will render a decision regarding its acceptability within two (2) working days. If aspects of the Pest Control Plan are incomplete or disapproved,the Contractor shall have two(2)working days to submit revisions.The Contractor shall be on-site to perform the initial service visit for each building within the first five (5) working days of the contract.The Contractor shall be responsible for carrying out work according to the approved Pest Control Plan. The Contractor shall receive the concurrence of the CM prior to implementing any subsequent changes to the approved Pest Control Plan, including additional or replacement pesticides and on-site service personnel.The Pest Control Plan shall consist of five parts as follows: 1. Proposed Materials and Equipment for Service: The Contractor shall provide current labels and Material Safety Data Sheets for all pesticides to be used, and brand names of pesticide application equipment, rodent bait boxes, insect and rodent trapping devices, pest monitoring devices, pest detection equipment, and any other pest control devices or equipment that may be used to provide service. 2.Proposed Methods for Monitoring and Detection:The Contractor shall describe methods and procedures to be used for identifying sites of pest harborage and access,and for making objective assessments of pest population levels throughout the term of the contract. 3.Service Schedule for Each Building or Site: The Contractor shall provide complete service schedules that include weekly or monthly frequency of Contractor visits, specific day(s) of the week of Contractor visits,and approximate duration of each visit. 4.Description of any Structural or Operational Changes That Would Facilitate the Pest Control Effort:The Contractor shall describe site-specific solutions for observed sources of pest food, water,harborage,and access. 5.Commercial Pesticide Applicator Certificates or Licenses:The Contractor shall provide photocopies of State-issued Commercial Pesticide Applicator Certificates or Licenses for every Contractor employee who will be performing on-site service under this contract. 3. GENERAL SPECIFICATIONS.An Integrated Pest Management(IPM)approach shall be used when administering pest and rodent control services. An IPM approach seeks to use the least intensive option for pest control and requires proper application to reduce impacts to the environment and human health,including reducing the use of Restricted Use Pesticides. IPM promotes sustainable pest management methods that minimize health, environmental and economic risks. 1. The Contractor shall complete a thorough,initial inspection of each building or site at least ten (10)working days prior to the starting date of the contract.The purpose of the initial inspections is for the Contractor to evaluate the pest control needs of all locations and to identify problem areas and any equipment,structural features,or management practices that are contributing to pest infestations.Access to building space shall be coordinated with the project/contract manager (CM). The CM will inform the Contractor of any restrictions or areas requiring special scheduling. Certain locations in the City (e.g., Police Department) may require escorting of the awarded Bidder's work staff. The City's authorized representative shall be timely provided with the names of personnel who will be working in any restricted areas, prior to any work being performed. If changes in personnel are required, prior written notification of the changes must be communicated to the City. 2. Vendor shall make prompt and effective follow up treatment based on complaints of infestations at any of the location listed herein at no additional cost to the City. If the level of pest control service required is not achieved, and premises become infested with insects and rodents during the contract period, the City may require (1) reimbursement from the vendor of monies spent during the contract period or(2) the vendor will be removed from the said contract and taken off the bidders' list. The decision will be made at the sole discretion of the City. Emergency call backs shall be covered under the terms of the agreement at no extra cost to the City. Vendor will respond whiting 24 hours for calls regarding fleas, bees,and pigeon mites. 3. In order to protect both life and property,the vendor shall adhere to the following: a) The vendor shall follow the City's Restricted Use Pesticides reduction goal met through a three-fold process following basic IPM strategies: (1) chemical pest control shall be applied when other IPM strategies have been found ineffective, not economically feasible,and pests are at undesirable populations; (2) employees and contractors shall use the least hazardous chemical when application is required;and (3) proper design techniques shall be used that promote healthy plants and thereby reducing need for remedial actions. The aim of the IPM Program is to suppress pests and undesirable vegetation with minimum impact on human health,the environment,and non-target organisms. The success of the Program depends on not a single chemical approach or strategy; but a decision-making process that involves a combination of practices to control problems including cultural, biological, mechanical,and chemical tactics. Economic feasibility of a potential control method can factor into the decision-making protocol. b) The vendor shall perform pest control in City's facilities using the least toxic methods and materials possible to achieve a pest free environment. Least toxic shall mean the application of pesticides and non-pesticides treatments to actual and potential pest harborage sites where pests are present,such as voids,cracks and crevices instead of surfaces of floors,baseboards,shelves and table tops. The routine use of liquid spray aerosols and powders is not permitted, in regularly occupied areas (such as but not limited to offices, kitchens, dining rooms, store rooms, etc.), unless written approval is obtained from the City. c) No pesticides or any other pest control materials shall be given by the vendor or their representatives to the City personnel for any reason. All pest control materials and devices used shall be applied, deployed, monitored and serviced by the vendor in such a manner that they effectively eliminate the pest populations while not interfering with the health and safety of the facility occupants and routine operations of the facility. If it becomes necessary to use numerous capture devices in an area to harvest many pests, such as rodents, in a short period of time, the vendor shall deploy these devices after operating hours and collect the devices early the next operating day before the area is occupied. d) All pesticide containers used in the treatment of the City's facilities shall be properly labeled with the name and strength of the pesticide product,as prescribed by law. e) No materials or chemicals are to be stored by the vendor at the City's facilities. f) No empty pesticide containers and excess pesticides are to be discarded by the vendor at the City's facilities. g) The vendor shall have the Material Safety Data Sheets(MSDS)available for each pesticide that is used. The Material Safety Data Sheet(MSDS)shall be provided to the City representative prior to the application of a pesticide. h) Appropriate protective clothing and equipment consistent with the chemical manufacturer's label and Material Safety Data Sheet (MSDS) shall be utilized by the vendor during pesticide applications. i) The Federal "Right to Know'Regulation implemented by the Occupational Safety and Health Administration (OSHA) requires employers to inform their employees of any toxic substances to which they may be exposed in the workplace, and to provide training in safe handling practices and emergency procedures. It also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace. j) The vendor shall not apply water based pesticides into the electrical component of any equipment. k) The vendor shall not apply aerosols, mists,or other sprays into areas containing open flames. I) The City shall not be responsible for the loss or damage to any equipment, pest control materials or devices belonging to the vendor. m) Any City contractor improperly handling pesticides or handling pesticides without the proper licensing witnessed by City staff shall be reported to the Procurement Department for potential contract suspension or revocation and such improper handling shall also be reported to the appropriate State agencies assigned to monitor pesticide usage. This requirement protects the environment and people from improper pesticide usage. n) The building interior and exterior will be periodically inspected for the presence of pests and preventive measures will be taken to avoid pests. If any pests are detected, integrated (nonchemical) methods will be implemented as the first control step, including sanitation measures,exclusion measures,and the use of traps. o) Sanitation: Potential food and water sources available to pests will be evaluated and minimized or eliminated.This can be done by thoroughly cleaning and maintaining food service areas and break rooms, fixing leaking pipes and faucets, and altering landscape features to eliminate standing water. p) Exclusion: Cracks, crevices, and holes in the building envelope will be sealed. A plant-free zone will be maintained immediately adjacent to the building. q) Traps: For insects and rodents, non-chemical baits (such as peanut butter) will be used to trap pests. No chemical baits for rodents will ever be used indoors. If chemical rodent baits are necessary outdoors,they will only be used as solid blocks places in locked outdoor dispensers.No second-generation(single-feed) rodent baits will be used. r) The vendor shall follow the IPM protocol guidelines as follows: (1) IDENTIFICATION and SCOUTING - Identify the type of pest or undesirable vegetation 29 problem by scouting and inspection. (2) MONITORING - Determine the extent of injury or problem levels (set thresholds); Use visual inspection or monitoring devices. (3) ANALYSIS- Based on findings in a.or b.,determine best response from the following options: 1)take no action,2)continue monitoring or collect more data,or 3)act to address pest. (4) REVIEW CONTROL OPTIONS - Review available cultural, mechanical, biological, as well as chemical control options. It is understood that biological control methods are very limited to City employees and contractors and are generally established by state and federal agencies due to potential undesirable consequences in neighboring areas. Biological control methods may include maintaining beneficial insect populations. (5) SELECT CONTROL TACTICS - Select the most environmentally sound and economically viable treatment strategies to suppress the pest problem. Least toxic methods must be used before more toxic ones. Any Restricted Use Pesticides with the signal word "Warning" or "Danger" requires approval from City staff with proven knowledge of pest control through the State of Florida licensing. All components of the IPM protocol must be presented to the appropriate City official at the time of the request to use a pesticide with a "Warning" or "Danger"signal word on the pesticide label. (6) EVALUATE RESULTS - After implementation of control measures, evaluate to determine if action taken has been effective in pest reduction and is cost effective. (7) RECORD KEEPING - Record all pesticides used, rates used, application dates, amounts applied, sites of application, and results. Labels and Material Safety Data Sheets (MSDS) sheets must be available and maintained at all times with the applicator and in all facilities where materials are stored. 4.Specifications for Specific Services/Areas 1. Rodent Services. The vendor shall make a thorough initial inspection of all the areas included in the request to determine the kinds of rodents present in each area, the extent of the infestation(s), the location of the nesting site(s), and the conditions which are contributing to the rodent infestation,such as the presence of improperly stored food, the presence of pets and improperly stored pet food, improper cleaning and removal of food wastes, cluttered storage, and rodent entry points. This inspection will enable the vendor to determine the method(s)that will be used to control the rodent population as quickly as possible. All rodenticide, regardless of packaging, shall be placed either in locations not accessible to children or be placed in Environmental Protection Agency("EPA") approved tamper resistant bait boxes. Frequency of bait box servicing shall be monthly. All bait boxes shall be maintained in accordance with EPA regulations, with an emphasis on the safety of non-target organisms. The successful contractor shall adhere to the following points: a) All bait boxes shall be placed out of general view, in locations where they will not be disturbed by routine operations. b) The lids of all bait boxes shall be securely locked or fastened shut. c) All bait boxes installed outside shall be securely attached to a masonry paver to prevent it from blowing away under severe weather. Boxes that are not exposed to the elements do not require the paver. d) Bait shall always be placed in the baffle-protected feeding chamber of the box and never in the runway of the box.All boxes must have a warning label. e) All bait boxes shall be labeled with the contractor's business name, date of installation, and servicing date. f) In circumstances where rodenticide are deemed essential for adequate rodent control inside occupied buildings, the successful contractor shall obtain the approval of the Property Management Contract Administrator or Property Manager prior to making any rodenticide 30 treatment. g) The exact location of each container shall be recorded and copies of the records shall be provided to the Property Management Contract Administrator or Property Manager. The information on the service reports shall include date and time of service, technician's printed name, bait consumption,type of fecal droppings found in the container, replacement of bait etc. for each station. h) Rodent trapping services shall be provided on an "as needed" basis, per the following specifications: 1. Traps shall be placed from floor level to fifteen (15)feet above the floor, on overhead ledges, pipes and roofs of storage areas,in attic areas and above the drop ceilings 2. Traps shall be placed out of the general view of safety and aesthetic purpose and located so as not to be affected by routine cleaning procedures. 3. Many styles of deadfall(snap)traps,glue traps, multi-catch traps,and live trap are available,as well as many attractant varieties. The vendor shall use sufficient quantities of devices and frequent follow-up visits. 4. Service visits and procedures shall be arranged and coordinated with the Property Management Contract Administrator or Property Manager to minimize exposure of the staff and visitors to the trapping devices and obtain access to all spaces necessary to inspect and treat. Inspections may be performed during instructional hours, with the permission of the Property Management Contract Administrator or Property Manager in order to gain access to all cabinets and closets which may be locked. During the initial phase of this project and until it has been determined that the current rat or mouse population has been eliminated; the vendor shall make follow-up visits at least every other day. Daily visits may be required when traps are set in locations which are visible and accessible to building occupants. 2. Flea Control. The vendor will address request for treatment of fleas with the proper treatment and any necessary follow up. Service will follow pest control industry current best practices. 3. Fire Ants. The proposal is to include proposal is to include a cost to deal with fire ants.Service will follow pest control industry current best practices. 4. Termite Treatment Service. The awarded Bidder shall perform a termite treatment service at each specific site covered under this Contract. The treatment shall comply with all professional standards and applicable laws. Upon the completion of a termite treatment service, the awarded Bidder shall issue a "termite warranty" for that site or location. The warranty shall permit, for one year from date of issuance, re-treatments(as necessary)at no additional cost to the Cit 5. Pigeons Trapping. The vendor shall provide pigeon traps, bird feed and visit the site three (3) times per week for the duration of the treatment program. Removal and the relocation or destruction of birds shall be included in the cost. a) Pigeons Exclusion Spikes. The vendor shall install pigeon spikes on identified areas. The pigeon spikes shall be installed in areas not accessible to staff. Only stainless steel spikes will be accepted.The spikes shall be installed according to manufacturer's specifications. Cleaning of the identified areas shall be included in the cost. The vendor shall submit a schematic drawing of the proposed installation. The schematic drawing must be approved by City before installation. b) Smaller Birds such as starlings or sparrows. The vendor shall install bird netting on identified areas. The vendor shall use 3/4" mesh and utilize the installation cations as manufacturer's specifications described. 31 r c) Sparrow or sterling trapping. The vendor shall trap birds from identified areas. Deploy 4 sparrow/sterling traps, bird feed and visit the site 3 times per week for the duration of the treatment. Removal and the relocation or destruction of birds shall be included in the cost. 6. Removal of dead animals.The vendor shall remove dead animals from under portables, dumpsters and other City's locations. The vendor must respond within four (4) hours of being contacted by Property Management Representative. 7. City Locations. Each bidding contractor is encouraged, prior to submitting a bid, to inspect the site locations, examine the existing conditions, and acquaint himself with the needs and requirements of the service for each location.Additionally, the bidder is also required to carefully examine the specifications and to acquaint himself with any and all conditions that may, in any manner, affect the service to be provided under this contract. No additional allowances will be made because of lack of knowledge of conditions encountered after award of the contract. The areas to be serviced at each and all locations listed herein shall indude, but not limited to the following: CITY HALL, 1700 Convention Center Drive,Miami Beach 99,000 sq.ft.; Hours of Operation:Monday—Friday 8:00 a.m.-6:00 p.m. OFFICES LOCATED AT THE CITY HALL PARKING GARAGE, 1755 Meridian Avenue,Miami Beach 121,000 sq.ft.; Hours of Operation:Monday—Friday 7:30 am—5:00 pm 777 BUILDING(CITY HALL ANNEX),777 17th St, Miami Beach 28,000 sq.ft.; Hours of Operation: Monday—Friday;8:00 a.m.—6:00 p.m. 555 BUILDING 17th St. Miami Beach 10,725 sq.ft.; Hours of Operation:Monday-Friday 8:00 a.m.—6:00 p.m. SCOTT RAKOW YOUTH CENTER AND ICE RINK,2700 Sheridan Avenue, Miami Beach Hours of Operation:Saturday 9:00 am—10:00 pm(1 staff)—Sunday 10:00 am-5:30 pm(1 staff) POLICE STATION&PARKING GARAGE; 1100 Washington Avenue,Miami Beach 100,000 sq.ft.; Hours of Operation:24 hours a day;7 days a week FIRE Station Two,2300 Pine Tree Drive, Miami Beach 11,305 sq.ft.; Hours of Operation: 7:00 a.m.—4:00 p.m. SOUTH SHORE COMMUNITY CENTER,833 6TH Street, Miami Beach 18,730 sq.ft.; Hours of Operation:8:00 a.m.—6:00 p.m. Monday-Friday NORTH BEACH POLICE SUBSTATION, 6800 Indian Creek Drive 3? 2,300 sq.ft.; Hours of Operation:8:00 a.m.—4:00 p.m. Monday-Friday 21st STREET RECREATION CENTER, 2100 Washington Avenue 20,000 sq.ft.; Hours of Operation:8:00 a.m.—6:00 p.m. Monday-Friday OCEAN FRONT AUDITORIUM, 1001 Ocean Drive,Miami Beach 11,884 sq.ft.; Hours of Operation:8:00 a.m.—4:00 p.m. NORTH SHORE BANDSHELL,7250 Collins Avenue,Miami Beach 4,500 sq.ft.;(500 sq.ft.interior/4000 sq.ft.exterior); Hours of Operation:No regular hours, used for events NORTH SHORE RECREATION CENTER&TENNIS CENTER,501 72ND Street,Miami Beach 33,800 sq.ft.; Hours of Operation:9:00 a.m.—8:00 p.m. Monday—Saturday; 11:00 a.m.-7:00 p.m.Sunday NORTH SHORE OPEN SPACE TRAILER OFFICES,85th Street and Collins Avenue,Miami Beach One 14x40 Office/Restroom Trailer Hours of Operation: 7:00 am 4:00 pm Monday to Friday MUSS PARK,4400 Chase Avenue, Miami Beach 900 sq.ft.; Hours of Operation:8:00 a.m.—5:00 p.m. Monday-Friday STILLWATER PARK,8440 Hawthorne Avenue, Miami Beach 400 sq.ft.; Hours of Operation:8:00 a.m.—8:30 p.m. Monday-Sunday FAIRWAY PARK, 100 Fairway Drive,Miami Beach 400 sq.ft.; Hours of Operation:8:00 a.m.—8:30 p.m. Monday-Sunday NORMANDY SHORES PARK,2605 Biarritz Drive, Miami Beach 950 sq.ft.; Hours of Operation:8:00 a.m.—8:30 p.m. Monday-Sunday NORMANDY SHORES GUARDHOUSE, 2000 Biarritz Drive,Miami Beach 200 sq.ft.; Hours of Operation:24 hours,7 days NORMANDY ISLE PARK AND POOL,7030 Trouville Esplanade, Miami Beach 17,042 s.ft.; Hours of Operation: Pool:6:45am to 9:00 pm;Activity Building:8:00 am to 8:00 pm PARKS MAINTENANCE FACILITY, 2100 Meridian Avenue, Miami Beach 5500 sq.ft.; Hours of operation:7:00 a.m.-4:00 p.m. Monday-Friday 33 la PROPERTY MANAGEMENT OFFICE&MAINTENANCE FACILITY,183 Bay Road,Miami Beach 23,770 sq.ft.; Hours of Operation:7:00 a.m.-5:00 p.m. Monday-Friday BEACH PATROL OFFICE, 1001 Ocean Drive(Rear),Miami Beach 850 sq.ft.; Hours of Operation:8:00 a.m.-5:00 p.m. 7 days a week POLICE ATHLETIC LEAGUE AND RECREATION CENTER(P.A.L.)99911 ST,Miami Beach 20,000 sq.ft.; Hours of Operation:7:00am-9:00 p.m. Monday-Friday,Saturday 8:00 am—5:00 pm FLAMINGO PARK POOL, 1205 Michigan Avenue,Miami Beach 10,000 sq.ft.; Hours of Operation:6:45 a.m.—9:00 p.m. 7 days a week FLAMINGO PARK INSIDE AND OUTSIDE TENNIS COURT RESTROOMS 1235-1255 Michigan Avenue, Miami Beach 6,300 sq.ft.; Hours of Operation:8:00 a.m.—5:00 p.m.7 days a week FLAMINGO PARK BASEBALL&FOOTBALL STADIUM RESTROOMS/SOFTBALL FIELD RESTROOMS 1455 Michigan Avenue(Baseball Stadium), 1099 11TH St.inside Flamingo Park 1800 sq.ft.; Hours of Operation:8:00 a.m.—5:00 p.m. 7 days a week PUBLIC WORKS OPERATIONS BUILDING;451 Dade Boulevard,Miami 19,900 sq.ft.; Hours of Operation:7:00 a.m.-5:00 p.m. Monday-Friday PARKING DEPARTMENT OPERATIONS BUILDING; 1833 Bay Road 3000 sq.ft.; Hours of Operation:7:00 a.m.—4:00 p.m. MARINE PATROL OFFICE&PUBLIC RESTROOM FACILITY, 1900 Purdy Avenue,Miami Beach 1350 sq.ft.; Hours of Operation:8:00 a.m.—5:00 p.m.7 days a week(restroom) SOUTH POINTE PARK OCEAN RESCUE FACILITIES AND ACTIVITY ROOM 2,544 sq.ft.; Hours of operation:Ocean Rescue:Activity Room:8:00 am-6:00 pm Monday thru Saturday FIRE STATION TWO Support Services/E.O.C.2310 Pine Tree Drive,Miami Beach 3,400 sq.ft.; Hours of Operation 7:00 am to 4:00 am Police Internal Affairs Department,225 Washington Ave,Miami Beach 2200 sq.ft.; Hours of operation 8:00 am-5:00 pm M-F 341 Fleet Management 140 Macarthur Causeway,Miami Beach 14,000 sq.ft.; Hours of operation:8:00am—5:00 pm Sanitation, 140 Macarthur Causeways, Miami Beach 20,000 sq.ft. Hours of operation:8:00am—5:00 pm SOUTH POINTE PARK RESTROOM,One Ocean Drive,Miami Beach;800 sq.ft. THIRD STREET RESTROOM,3RD&Ocean Miami Beach;600 sq.ft. 6TH STREET RESTROOM 1,000 sq.ft. 10TH STREET RESTROOM 10TH&Ocean, Miami Beach;520 sq.ft. 14th STREET RESTROOM, 14TH&Ocean, Miami Beach; 1,500 sq.ft. 21st STREET RESTROOM;21st Street&Collins Ave,Miami Beach;864 sq.ft. 35th STREET RESTROOM; 35th Street&Collins Ave,Miami Beach;512 sq.ft. 46th STREET RESTROOM;46th Street&Collins,Miami Beach;650 sq.ft. 53rd STREET RESTROOM; 53rd&Collins,Miami Beach;864 sq.ft. 64th STREET RESTROOM;64th Street&Collins,Miami Beach,512 sq.ft. UNIDAD SENIOR CENTER PUBLIC RESTROOMS;7231 Collins Ave,Miami Beach;555 sq.ft. 7th STREET PARKING GARAGE,210 7TH St.,Miami Beach; 209,950 sq.ft.; Hours of Operation:24 hours/7 days a week 12th STREET PARKING GARAGE;512 12TH St.,Miami Beach 43,500 sq.ft.; Hours of Operation:24 hours/7 days a week 13th STREET PARKING GARAGE; 1301 Collins Avenue,Miami Beach 85,800 sq.ft.; Hours of Operation:24 hours/7 days a week 16th STREET PARKING GARAGE; 1557 Washington Avenue 226,100 sq.ft.; Hours of Operation:24 hours/7 days a week sf;5-level Parking Garage 17th STREET PARKING GARAGE,640 17th St.,Miami Beach 1,460 spaces;474,500 sq.ft.; Hours of Operation: 24 hours/7 days a week 3� 42nd STREET PARKING GARAGE;400 42ND Street Miami Beach 201,500 sq.ft.; Hours of Operation:6:30 a.m.—9:00 p.m. Monday-Friday CITY HALL GARAGE, 1755 Meridian Avenue,Miami Beach 211,250 sq.ft.; Hours of Operation:24 hours/7 days a week PENNSYLVANIA GARAGE, 1661 Pennsylvania Avenue 162,500 sq.ft.; Hours of Operation:24 hours/7 days a week Sunset Harbor Garage, 1900 Bay Road,Miami Beach 171,200 sq.ft.; Hours of Operation:24 hours/7 days a week CRESPI PARK,801 Crespi Boulevard, Miami Beach 400 sq.ft.; Hours of Operation:8:00 a.m.—8:30 p.m. Monday-Sunday TATUM PARK,8050 Byron Avenue,Miami Beach 400 sq.ft.; Hours of Operation:8:00 a.m.—5:00 p.m.Monday—Friday Soundscape Park, 17st Street,Miami Beach 121,800 sq.ft. Bass Museum,2121 Park Avenue, Miami Beach 31,125 sq.ft. Fire Station#1, 1057 Jefferson Ave,Miami Beach 9,000 sq.ft. Fire Station#3,5303 Collins Ave, Miami Beach 7,490 sq.ft. Fire Station#4,6800 Indian Creek Drive, Miami Beach 10,000 sq.ft. Historic City Hall, 1130 Washington Ave,Miami Beach 34,800 sq.ft. Miami Beach Botanical Garden 2000 Convention Center Dr.,Miami Beach 7,695 sq.ft. THE CITY RESERVES THE RIGHT TO ADD OR DELETE FACILITIES AS AUTHORIZED HEREIN. 3b APPENDIX " D" MIAMIBEACH Special Conditions PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 37 1. TERM OF CONTRACT. The contract shall remain in effect for three (3)years from date of contract execution by the Mayor and the City Clerk. The City of Miami Beach will have the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all,only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month-to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein,and shall not exceed six(6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: if the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the three(3)year term of this contract; provided however,that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT:The contract could be extended for an additional two(2),one (1) year terms, on a year to year basis, at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the City may consider and adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised period, the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. 3. ROADMAP FOR PROJECTS AWARDED PURSUANT TO POOL OF PREQUALIFIED CONTRACTORS. The project/contract manager may request quotes from contractors authorized to participate in the Pre-Qualified Bidder Pool for larger projects or other planned projects. Responsive, responsible bidders (awarded or not for Group I) are eligible to participate in the Pre-Qualified Bidder Pool, at the discretion of the bidder and as indicated on the Cost Proposal Form at the time of submission. At its own expense, the Pre-Qualified contractor shall visit the site and prepare a quote for accomplishing the work. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In this case, projects may be awarded on a Lump Sum or Time and Material basis as determined by the project/contract manager. 3.1 For projects with an estimated cost up to $50,000, the project/contract manager may solicit written or telephone quotes prior to requesting a Purchase Order be issued for the work. 3.2 For projects with an estimated cost exceeding $50,000, the project/contract manager may solicit written quotes. Prior to issuing a Purchase Order for projects in this category,the City Manager's approval is required. 3.3 In determining the lowest and best contractor for the project,in addition to price,there shall be considered the following: (1)The ability,capacity and skill of the bidder to perform the contract. (2)Whether the bidder can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the bidder. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the bidder with laws and ordinances relating to the contract. The City Manager's approval is required when the contractor offering the lowest cost is not selected. 38j 4.METHOD OF PAYMENT. Invoices for payment shall be submitted,no later than three(3)business days after works has been performed,by the technician in the field to the Contracts Manager or a City representative who will verify time and material spent to complete a specific job. No down payments or partial payments will be made. 5. RECORD KEEPING REQUIREMENTS:The successful bidder(s)must provide and maintain logs of all pest control services and shall provide a detailed monthly summary report that reflect service and infestation patterns broken down by sites.This log and report shall be provided to the City of Miami Beach, Property Management designated Contract Administrator.Copies of reports shall be submitted via electronic copies in PDF format. 6. SHIPPING TERMS. Prices shall include freight to City's premises, and shall be F.O.B. Destination. The successful bidder shall hold title to the goods until such time as they are delivered, installed and accepted by an authorized City representative. 7. PURCHASE ORDERS: A purchase order is required for all work. All invoices shall reflect the accurate Purchase Order number. Failure to do so will result in rejection of invoice. 8. DELIVERY REQUIREMENTS.The successful bidders shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the City's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information:purchase order number; date of order;work order number and a complete listing of items being delivered. 9. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime _involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney's fees) or claims for injury or damages arising out of its failure to comply with this requirement. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program.Contractor's personnel must wear photo identification at all times. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Successful Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the contractor's expense, and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 10. PARKING. The Contractor is responsible for any all Parking Fees, Parking Tickets, and Towing Expenses. The City will not reimburse any fees for towing, parking tickets,or fees. 39 11. ADDITIONAL FACILITIES MAY BE ADDED Although this solicitation and resultant contract identifies specific facilities to be serviced, it is hereby agreed and understood that any City department or agency facility may be added to this contract at the option of the City.When required by the pricing structure of the contract, vendor(s) under this contract shall be invited to submit price quotes for these additional facilities. If these quotes are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. If this contract has a single incumbent vendor,the additional site(s)shall be added to this contract by formal modification of the award sheet. If there are multiple incumbent vendors under this contract, and the additional effort is to be assigned to only one of these vendors,a separate release order will be issued. The City may determine to obtain price quotes for the additional facilities from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors,or for other reasons at the City's discretion. 12.DELETION OF FACILITIES Although this solicitation identifies specific facilities to be serviced,it is hereby agreed and understood that any City department or agency may delete service for any facility (ies) when such service is no longer required during the contract period; upon fourteen (14)calendar days written notice to the vendor. 40 APPENDIX " E" MIAMIBEACH Bid Price Form PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX E PEST CONTROL SERVICES Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the Bid Price Form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales,material prices,delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The cost proposal form shall be completed mechanically or, if manually, in ink. Cost proposal forms completed in pencil shall be deemed non-responsive. All corrections on the cost proposal form must be initialed. GROUP 1 A&B 1A ROUTINE SERVICE Square Monthly Service Total Item Location Footage Qty Pest Control (Quantity_X_Unit_Cost) Unit Price 1 CITY HALL 99,000 sq.ft. 12 $ $ 2 OFFICES LOCATED AT THE CITY 121,000 sq.ft. 12 $ $ HALL PARKING GARAGE 3 777 BUILDING(CITY HALL ANNEX) 28,000 sq.ft. 12 $ $ 4 555 BUILDING 10,725 sq.ft. 12 $ $ 5 SCOTT RAKOW YOUTH CENTER 55,118 sq.ft. 12 $ $ AND ICE RINK 6 POLICE STATION &PARKING 100,000 sq.ft. 12 $ $ GARAGE 7 FIRE STATION TWO 11,305 sq.ft. 12 $ $ 8 SOUTH SHORE COMMUNITY 18,730 sq.ft. 12 $ $ CENTER 9 NORTH BEACH POLICE 2,300 sq.ft. 12 $ $ SUBSTATION 10 21st STREET RECREATION CENTER 20,000 sq.ft. 12 $ $ 11 OCEAN FRONT AUDITORIUM 11,884 sq.ft. 12 $ $ 12 NORTH SHORE BANDSHELL 4,500 sq.ft. 12 $ $ 13 NORTH SHORE RECREATION 33,800 sq.ft. 12 $ $ CENTER&TENNIS CENTER 14 NORTH SHORE OPEN SPACE 560 sq.ft. 12 $ $ TRAILER OFFICES 15 MUSS PARK 900 sq.ft. 12 $ $ 16 STILLWATER PARK 400 sq.ft. 12 $ $ 17 FAIRWAY PARK 400 sq.ft. 12 $ $ 18 NORMANDY SHORES PARK 950 sq.ft. 12 $ $ 19 NORMANDY SHORES 200 sq.ft. 12 $ $ GUARDHOUSE 42 Square Monthly Service Total Item Location Footage Qty Pest Control (Quantity_X_Unit_Cost) Unit Price 20 NORMANDY ISLE PARK AND POOL 17,042 sq.ft. 12 $ $ 21 PARKS MAINTENANCE FACILITY 5,500 sq.ft. 12 $ $ 22 PROPERTY MANAGEMENT OFFICE 23,770 sq.ft. 12 $ $ &MAINTENANCE FACILITY 23 BEACH PATROL OFFICE 850 sq.ft. 12 $ $ 24 POLICE ATHLETIC LEAGUE AND 20,000 sq.ft. 12 $ $ RECREATION CENTER(P.A.L.) 25 FLAMINGO PARK POOL 10,000 sq.ft. 12 $ $ 26 FLAMINGO PARK INSIDE AND 6,300 sq.ft. 12 $ $ OUTSIDE TENNIS COURT RESTROOMS 27 FLAMINGO PARK BASEBALL& 1,800 sq.ft. 12 $ $ FOOTBALL STADIUM 28 PUBLIC WORKS OPERATIONS 19,900 sq.ft. 12 $ $ BUILDING 29 PARKING DEPARTMENT 3,000 sq.ft. 12 $ $ OPERATIONS BUILDING 30 MARINE PATROL OFFICE&PUBLIC 1,350 sq.ft. 12 $ $ RESTROOM FACILITY 31 SOUTH POINTE PARK OCEAN 2,544 sq.ft. 12 $ $ RESCUE FACILITIES AND ACTIVITY ROOM 32 FIRE STATION TWO SUPPORT 3,400 sq.ft. 12 $ $ SERVICES/E.O.C. 33 POLICE INTERNAL AFFAIRS 2,200 sq.ft. 12 $ $ DEPARTMENT 34 FLEET MANAGEMENT 14,000 sq.ft. 12 $ $ 35 SANITATION 20,000 sq.ft. 12 $ $ 36 SOUTH POINTE PARK RESTROOM 800 sq.ft. 12 $ $ 37 THIRD STREET RESTROOM 600 sq.ft. 12 $ $ 38 6TH STREET RESTROOM 1,000 sq.ft. 12 $ $ 39 10TH STREET RESTROOM 520 sq.ft. 12 $ $ 40 14th STREET RESTROOM 1,500 sq.ft. 12 $ $ 41 21st STREET RESTROOM 864 sq.ft. 12 $ $ 42 35th STREET RESTROOM 512 sq.ft. 12 $ $ 43 46th STREET RESTROOM 650 sq.ft. 12 $ $ 44 53rd STREET RESTROOM 864 sq.ft. 12 $ $ 45 64th STREET RESTROOM 512 sq.ft. 12 $ $ 46 UNIDAD SENIOR CENTER PUBLIC 555 sq.ft. 12 $ $ RESTROOMS 47 7th STREET PARKING GARAGE 209,950 sq.ft. 12 $ $ 48 12th STREET PARKING GARAGE 43,500 sq.ft. 12 $ $ 43 Square Monthly Service Total Item Location Footage Qty Pest Control (Quantity_X_Unit_Cost) Unit Price 49 13th STREET PARKING GARAGE 85,800 S•.ft. 12 $ $ 50 16th STREET PARKING GARAGE 226,100 s•.ft. 12 $ $ 51 17th STREET PARKING GARAGE 474,500 s•.ft. 12 $ $ 52 42nd STREET PARKING GARAGE 201,500 s•.ft. 12 $ $ 53 CITY HALL GARAGE 211,250 s•.ft. 12 $ $ 54 PENNSYLVANIA GARAGE 162,500 s•.ft. 12 $ $ 55 T HARBOR GARAGE 171.200 s•.ft. 12 $ $ 56 CRESPI PARK 400 s•.ft. 12 $ $ 57 TATUM PARK 400 s•.ft. 12 $ $ 58 SOUNDSCAPE PARK 121,800 s•.ft. 12 $ $ 59 BASS MUSEUM 31,125 sq.ft. 12 $ $ 60 FIRE STATION NO.ONE(1) 9,000 sq.ft. 12 $ $ 61 FIRE STATION NO.THREE 3 7,490 s•.ft. 12 $ $ 62 FIRE STATION NO. FOUR 4 10,000s•.ft 12 $ $ 63 HISTORIC CITY HALL 34,800 s•.ft. 12 $ $ 64 MIAMI BEACH BOTANICAL GARDEN 7,695 s•.ft. 12 $ $ SUBTOTAL GROUP 1A $ 1B ADDITIONAL SERVICES Unit of Qty. Unit Price for Total Item Description (Quantity_X_Unit_Cost) Measure (A) Service(B) (A X B) 65 RODENT TRAPS Each 100 $ $ 66 TERMITE TENTING [MUM 400 $ $ 67 BEE HIVES Per call 5 $ $ 68 PIGEONS AND SMALL BIRD Per call 10 $ $ TRAPPING 69 DEAD ANIMAL REMOVAL Per call 10 $ $ SUBTOTAL(GROUP 1B): $ TOTAL GROUP 1 (A AND B): $ CONTINUED ON THE FOLLOWING PAGE. GROUP 2 POOL OF PREQUALIFIED CONTRACTORS Does bidder wish to be considered for Pool of Prequalified Contractors (See Appendix C,Group 2) Note:Bidder shall be deemed responsive and responsible prior to be allowed to participate in Pool of Prequalified Contractors. Yes No Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: APPENDIX " F" MIAMIBEACH Insurance Requirements PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 46 TYPE 2-INSURANCE REQUIREMENTS A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than$1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis,including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than$1,000,000 per occurrence,and$2,000,000 general aggregate C. Automobile Liability Insurance covering 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. D. Umbrella Liability with limits no less than$5,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Contractor. Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies,including endorsements required by these specifications,at any time. Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk,prior experience,insurer,coverage,or other special circumstances. Certificate Holder CITY OF MIAMI BEACH do PROCUREMENT DEPARTMENT 1755 Meridian Avenue,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. The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28,the Florida Constitution,and any other applicable Statutes. 47 ATTACHMENT C CONSULTANTS RESPONSE TO THE ( ITB) ORIGINAL • • Exhibit A: Revised Cost Proposal Form (Revision 1 ) • . _ • 4 ADDENDUM NO.1 ITB 2017-096-AK PEST CONTROL SERVICES APPENDIX E ID MIAMI B EAC H Revised Cost PForm (Revision 1 ) 2017-095-AK PEST CONTROL SERVICES 'roposers are required to submit Revised Cost Proposal Farm(Revision 1); Failure to subrnit the attached.Revised Cost Proposal Form shall render proposal non-responsive, and said rcarwresponsi:e .rc posa1 shall not be{considereci_b the City PROCUREMENT DEPARTMENT 1755 Meridian Avenue, Third Floor Miami Beach, Florida 33139 - , .__ 5 ADDENDUM NO.1 ITS 2017-095-AK PEST CONTROL SERVICES REVISED APPENDIX E PROPOSAL TENDER FORM Revision '1 Failure to submit Section 5,Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being re ected. 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 Proposal Tender Form (Appendix E)shall be completed mechanically or, if manually, In Ink. Proposal Tender Forms (Appendix E) completed In pencil shall be deemed non- responsive, All corrections on the Proposal Tender Form (Appendix E) shall be Initialed. GROUP I A&B - IA ROUTINE SERVICE . Monthly Total Square Service Pest (Quantity X Uttit Co. Item Location Footage Qty Control st) - Unit Price 1 . CITY HALL 99,000 sq. ft. 12 $ 66 $ 6,6 O 2 OFFICES LOCATED AT THE CITY 121,000 sq. 12 $ $ — HALL PARKING GARAGE ft. 3 777 BUILDING (CITY HALL ANNEX) 28,000 sq. ft. 12 $ ltd--. $ 5 4 555 BUILDING 10,725 sq. ft, 12 $ $ 3E 5 SCOTT RAKOW YOUTH CENTER 55,118 sq.ft. 12 $ 46 574, $ 574,AND tCE RINK 6 POLICE STATION &PARKING 100,000 sq. $ � $ D — GARAGE ft. 7 FIRE STATION TWO 11,305 sq. ft. $ 3� $ — 3 1 8 SOUTH SHORE COMMUNITY 18,730 sq, ft. 12 $ $ — CENTER 9 NORTH BEACH POLICE 2,300 sq, ft. $ �� $ 6SUBSTATION 10 21st STREET RECREATION 20,000 sq. ft. $ 2.__, $ �� — CENTER ` - 11 .. OCEAN FRONT AUDITORIUM 11,884 sq, ft. $:- b--- .- $-_-.__ , 3 ---o- 12 o12 NORTH SHORE BANDSHELL4,500 se,ft, 12 $ $ D D ^13 NORTH SHORE RECREATION ^ 33,800 sq. ft. $ e $ 4.-/ -g'/ CENTER &TENNIS CENTER 6 _ `7 `P 14 NORTH SHORE OPEN SPACE 560 sq.ft. $ $ � TRAILER OFFICES 15 MUSS PARK 900 sq.ft 12 $ 02. $ D b n 16 STILLWATER PARK 400 sq, ft, 12 $ r— $ 17 FAIRWAY PARK 400 sq. ft. 12 S �6 $ T BZW D 18 NORMANDY SHORES PARK 960 sq. ft, 12 $ c96 $ 30 6 19 NORMANDY SHORES 200 sq. ft. 12 S 02-6 $ 1_ GUARDHOUSE 6 ADDENDUM NO.1 ITB 2017-095-AK PEST CONTROL SERVICES • . Monthly Total SquareService Pest (Quantity_X Unit Co , item • Location Footage Qty Control st) • Unit Nice 20 NORMANDY ISLE PARK AND POOL 17,042 sq, ft, 12 $ $ 3� 21 PARKS MAINTENANCE FACILITY 5,500 sq. ft. 12 $ $ °0C v 22 PROPERTY MANAGEMENT 23,770 sq. ft. 12 $ $ OFFICE &MAINTENANCE 38 z.7-` 23 BEACH PATROL OFFICE 850 sq.ft. 12 $ ,5 $ �1-D 24 POLICE ATHLETIC LEAGUE AND 20,000 sq. ft. 12 $ _� $ ( � — RECREATION CENTER(PAL.) z{- 25 FLAMINGO PARK POOL 10,000 sq, ft. 12 $ __6 $ q-a,O 26 FLAMINGO PARK INSIDE AND 6,300 sq. ft. 12 $ $ OUTSIDE.TENNIS COURT c,I5 50 e> RESTROOMS 27 FLAMINGO PARK BASEBALL & 1,800 sq.ft. 12 $ � - $ 3� FOOTBALL STADIUM 28 PUBLIC WORKS OPERATIONS 19,900 sq. ft. 12 $ , $ , r BUILDING _ `�' 29 PARKING DEPARTMENT 3,000 sq, ft. 12 $ �r $ Db OPERATIONS BUILDING 5 30 MARINE PATROL OFFICE & 1,350 sq.ft. 12 $ $ �� PUBLIC RESTROOM FACILITY ,Z5 L31 SOUTH POINTE PARK OCEAN 2,544 sq.ft. 12 $ $ RESCUE FACILITIES AND Z5- 6 D ACTIVITY ROOM 32 FIRE STATIONTWOSUPPORT 3,400 sq,ft. 12 $- $ 6�D SERVICES/F..O.C, 33 POLICE INTERNAL AFFAIRS 2,200 sq. ft. 12 $ $ 0 DEPARTMENT 34 FLEET MANAGEMENT 14,000 sq. ft. 12 $ 00 $ a6 O 35 SANITATION 20,000 sq.ft. C 12 $ a k $ L5C� 36- SOUTH POINTE PARK RESTROOM 800 sq.ft, 12 $ __� $ .3bb 37 THIRD STREET RESTROOM 600 sq. ft. 12 $ o5 $ O� - 38 - 6TH STREET RESTROOM 1,000 sq, ft. 12 $ --- , --5 . . $.:-.-L,5-57--D------- _- ---- 39 10TH STREET RESTROOM 520 sq, ft. 12 $ A-5 $ 40 14th STREET RESTROOM 1,500 sq. ft. 12 $ „PJ $ 2 p0 41 21st STREET RESTROOM 864 sq.ft. 12 $ $$ � 12 a 42 35th STREET RESTROOM —6-5-Cs 512 sq.ft. $ j '50D 43 46th STREET RESTROOM 650 sq. ft. 12 $ �-j $ CC 44 53rd STREET RESTROOM 864 sq. ft. 12 ' $ c ..�j $ _ ? 45 64th STREET RESTROOM 512 sq.ft. 12 $ fir- _ $ . 46-- UNIDAD SENIOR CENTER PUBLIC 555 sq. ft. 12 $ $ RESTROONIS 47 7th STREET PARKING GARAGE 209,950sq,ft. 12 $ J - $ E5 --‘0__I— 12th STREET PARKING GARAGE 43,500 sq. ft, 12 - $ _ $ �6,- ° 7 ADDENDUM NO,I ITB 2017,.095-AK PEST CONTROL.SERVICES Monthly Total Square Service Pest (Quantity_X Unit Co Item Location Footage Qty Control st) Unit Price 49 13th STREET PARKING GARAGE 85,800 sq,ft, 12 $ 3g $ L-45-- 50 c50 18th STREET PARKING GARAGE ft,226,100 sq. 12 $ 33 $ j fr 51 17th STREET PARKING GARAGE 474,500 sq. '12 $ $ ft, el /Da 52 42nd STREET PARKING GARAGE 201,500 sq. 12 $_— $ . ft, - - - - 53 CITY HALL GARAGE f 11,250 sq. 12 $ �9 $ 54 PENNSYLVANIA GARAGE 162,500 sq, 12 $ g $ j-- 7� ft. 55 ry T HARBOR GARAGE 171.200 sq. 12 $ $ ft. Lf , 56 CRESPI PARK 400 sq. ft. 12 $ c,2-5 $ ?xi D 57 TATUM PARK 400 sq. ft. 12 $ a5 $ 4' 'ce 58 SOUNDSCAPE PARK 121,800 sq, 12 $ �� $ srD ft, 59 BASS MUSEUM • 31,125sq, ft, 12 $ 5 $ 45 60 FIRE STATION NO. ONE 41} 9,000 sq.ft, 12 $ ,96 $ ?,O c) 61 FIRE STATION NO, THREE 43) 7,490 sq, ft. 12 $ 0/5 $ 3_GT., 62 FIRE STATION NO. FOUR (4) 10,000sq, ft 12 $ 5 $ 3c 63 HISTORIC CITY HALL 34,800 sq, ft. 12 $ c{.r $ . -7_ 64 MIAMI BEACH BOTANICAL 7,695 sq. ft, 12 $ $ GARDEN 8- 4- 65 Sewer Station No 1 1,919 sq, ft 12 $ $ 1051 Jefferson Ave_ OOD 66 Sewer Station No 10 810 sq. ft 12 $ $ 28 Venitian Way _ 67 Sewer Station No 11 600 sq. ft 12 $ _5 $ e_C� 1710 Washington Av. 68 Sewer Station No 15 128 sq.ft 12 $ $ Pine Tree Dr. & W. 51st St, a- e_CD 69 Sew _ er Station No 19 135 sq. ft 12 $ $ a�� 6850 Indian Creek Dr. a 70 Sewer Station No 21 208 sq. ft. 12 $ �� $ 850 W. 71st St. __ 5co , __. 71 Sewer Station No 22 80 sq. ft. 12 $ $ Hagan St, on golf Course, �� 72 Sewer Station No 23 150 so. ft. 12 $ a - $ C.)Hagan St, on golf Course 73 Sewer Station No 24 80 sq. ft. 12 $ $ � 8100 Hawthorne Av. 74 Seaver Station No 27 271 sq. ft. 12 $ $ V _ 5400 Collins Av. 3 ADDENDUM NO.1 ITB 2.01.7-095_AK PEST CONTROL SERVICES Monthly - Total Item Location Square Service Pest (Quantity X Unit Co Footage Control st) Unit Price i 75 Sewer Station No 28 3,497 sq. ft. 12 $ $ 300 28th St. c,2 ..„Dr) 76 Sewer Station No 29 3,608 sq. ft. 12 $ .3_6--- $ d Indian Creek Dr. &63rd St. 77 Water Station W1 1,500 sq. ft. 12 $ 451 Dade Boulevard o2-,c �Cs() 78 Water Station W2 2,47&sq ft. 12 $ $ 3D0 75th St. &Dickens Av, 79 Water Station W3 627 sq. ft. 12 $ $ 30 C 71st St & Fountain (Normandy� <_ 80 Water Station W4 1,899 12 $ . ,5- $ 390 458 Alton Rd. 81 Water Station W5 255 sq.ft. 12 $ d6 $ OD Belle Isle NE side of Venitian Wa ___ 82 Water Station W7 1,240 sq. ft, 12 $ \5 $ Terminal Island SUBTOTAL(GROUP 1A) $ / 1-1 O 1B ADDITIONAL SERVICES Ite • • • Unit of Qty. Unit Price for. ' (Quantity_X Unit Cos Description m - Measure (A) Service(B) t) ^ (AXB) v 65 RODENT TRAPS Each L) 100 $ °� $$ o 83 77. 5. 6a TERMITE TENTING &-fft Cubic 400 $ �� $ a �a 84 Feet_ 67 BEE HIVES Per call7 5 $ /�5 $ ` 2,585 (o €43 PIGEONS AND SMALL BIRD Per call 10 $ $ 8'6 TRAPPING — �.- .9O _ 49 DEAD ANIMAL REMOVAL Per call 10 $ .16 $ ,76b 87 SUBTOTAL (GROUP 1B), $ e gL f TOTAL GROUP 4(A AND B). $ 4, „,t121111 Bidders shall submit an offer on all line items listed included in Cost Proposal Form, Appendix E. If vendor fails to submit an offer on all Items its overall offer for the group shall be rejected. . • Bidder's:Affirmation . . -. Company: if /'e :.� 41.4 _, t/ r0�lilt , Authorized Representative: e Fr1 Address; L /LL .11-10--(6)a) Telephone; !`b •Z7—Q 7 X D Email; _4 Ili i., 4,,,U._ ,. I. -e 01,/amu, 1, is. a: /' / Authorized Representative's Signature: a + i • .tpi S __ - :...--.._'...a,n;l 11teC.......3...:ivlF.ltz.—•-a- .. 0 ADDENDUM NO.1 " ITS 2017-095•AK PEST CONTROL SERVICES APPENDIX " F„ MIAMI BEACH Insurance Requirements PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 46 TYPE 2•INSURANCE REQUIREMENTS A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than$1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than$1,000,000 per occurrence,and$2,000,000 general aggregate C. Automobile Liability Insurance covering 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. D. Umbrella Liability with limits no less than$5,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. Additional Insured Status The City of Miami Beach mustbe covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Contractor. Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers —1fisurance IS to be placed with insurers with a current A.M. Best's rating of nu less than A. Vit, unless otherwise --- acceptable to the City of Miami Beach Risk Management Office, Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies,including endorsements required by these specifications,at any time. Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements,including limits, based on the nature of the risk,prior experience,insurer,coverage,or other special circumstances. Certificate Holder CITY OF MIAMI BEACH do PROCUREMENT DEPARTMENT 1755 Meridian Avenue,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 The City of Miami Beach is self-insured.Any and all claim payments made from self•insurance are subject to the limits and provisions of Florida Statute 768.28,the Florida Constitution,and any other applicable Statutes. 47 APPENDIX "A" MIAMI BEACH Proposal Certification , Questionnaire & Requirements ,Affidavit PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor Miami Beach, Florida 33139 Solici ation No: Soiicitaton Tide: ITB-2017-095-AK PEST CONTROL SERVICES Procurement Contact Tel: Erna& Aneta Karnyczek 305-673-7000 x 6455 anetakamvczekftmiamibeachfl.cov 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 �ff� No.of Employees: 1- o,��i slf�7 +`)U/V l �1 ��7� de��J':�'tiY No of Years in Business: No of Years in Business Loorily 75_ OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): cAp/j / OCC 21N; Ito CITY: STATE: ZIP CODE: _ 6 -y TEL!PH NE NO.: i d '5/o - Tis 70-0x r ,617-00 TOLL FEE NO.: FAX :NO. bio 635-- /990 FIRM LOCAL ADDRESS' 6 . D #16-#104y CITY: -S7-11 STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: rnoFF ACCOUNT REP TELEPHONE NO.: _ y/0 - ��c� - 07 0 ACCOUNT REP TOLL FREE NO.: goo -- r.5- MS3y ACCOUNT REP EMAIL: /� 1 o Fel 1-1.017-6-1/-)4A4MO Ulf (114/7 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. 16 Veteran Owned Business. is Proposer claimin eteran owned business status? 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. 2. 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/webappIwcs/stores/servletISupplierPortal?storeid=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. 3. 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. 4. 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. 5. 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 any public sector agency? YES FA NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. 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 '7 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. 7. 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.miamibeachigov/procurernenti. • _ - with hca!th benefits, and $13.311hr.without benefits. -- ,. - • - -. ,i.- ... + C -1 •- +....^t...�3° The a .t resolution,{ ^ in � a f i •n h ...�`..�.. •rHlf it peroo"_ (3%). ,he City may also, by elect net ,o index their.. wegc rate u aay gafticuler-yo 4 v th+h - ' City may,at ice.sole option, immediately r‘lc e~ � °rn pnser ac roe rosperis rn„a.��may further ubj�Proposer to the Living'Nage requirement^ent is available.at www.s4amibeaohfi.gov.'preourerner,Y. . - --, . tea- C •, ;r . • } n •;, Proposer agrees to the living wage requirement. 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding cors+p€titively 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. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? YES NO I8 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 Provide Benefit Employees with Employees with Spouses 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,goviprocurement/, 10. 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 mot-submit proposals, propesa{s,-era-replies on-teases of-real-property-to aPuts+ - entity; may riot 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. 11. Non-Discrimination. Pursuant to City Ordinance No. 2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2- 375(a) of the City Code, including the blacklisting, divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. 19 SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code('Fair Chance Ordinance'),and which,among other things,(i)prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance, Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 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 Receipt Initial to Confirm Receipt initial to Confirm Receipt ti Addendum 1 — — Addendum B I Addendum it Addendum 2 I Addendum 7 i Addendum 12 Addendum 3 I I Addendum 8 Addendum 13 Addendum 4 I Addendum 9 -Addendum 14 Addendum 5 f I Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. Balance of Paste Intentionally Left Blank DISCLOSURE AND DISCLAIMER SECTION- The ECTIONThe 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 impfied,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 tiabiEity 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'Mich 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. 1 1 PROPOSER CERTIFICATION I 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 requirement 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 Prcposer's,Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposers Aufhoriz_ Representative: Date: Jat2-/ r 3/71rLt)i7 tit) State of /)'I O ) On this 7 day of Alia ),20L7personally appeared before me who J stated that she is the �11(j 'Xi�"� f County of s n2 ) ( ) lir, tsr rh' fa 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: 61/ilideil 2/1q:inte) CLAUDIA M. NIMMO NOTARY PUBLIC HARFORD COUNTY MARYLAND Balance of Page Intentionally Left Blank MY COMMISSION EXPIRES OCTOBER 3,2018 APPENDIX "C" MIAMI BEACH Minimum Requirements & Specifications PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Rorida 33139 25 1. MINIMUM ELIGIBILITY REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its bid or upon request by the City, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its bid or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. The stated minimum requirements shall be applicable during the duration of the contract. A. Bidder(business)shall be a licensed Pest Control Company(JB License),issued by the Florida Department of Agriculture and Consumer Services. 2. GENERAL STATEMENT OF WORK. The City is seeking to establish a list of preapproved vendors, to furnish all labor, supervision, equipment and materials necessary to perform pest and rodent control extermination and removal service at City's various facilities. Bidder shall provide labor, all materials, services, skills, supervision, maintenance fogs and reports and necessary tools and equipment to insure that City's facilities will be free of pests. Bidder shall have the capability to perform and complete the services in all respects in accordance with the solicitation documents.All service personnel shall have a working knowledge of pest control procedures and shall be in a company uniform and have a displayed photo I.D.on their person while performing services under this proposed contract. Bidder hereby warrants that all services shall be performed in a timely and first-class workmanlike manner, During the course of the contract, contractor's technicians conducting on-site applications, treatments, and inspections shall hold current, valid identification cards, issued by the Florida Department of Agriculture and Consumer Services, Bureau of Entomology and Pest Control. 1. Group 1 (routine service) shall include-the-suppression or eradication-cif-the ` pests-from the- interiors or perimeter of buildings on a routine bases. At a minimum,services are to be provided on a monthly basis, unless a callback is necessary. Work is to be performed at times mutually agreed upon between the using department and the-contractor. Vendor shall perform treatments during normal business hours, Monday through Friday 8:30am — 5:00pm, and weekend on as needed basis. The services shall suppress or eradicate the following: 1. any indoor-infesting pest species that are within the property boundaries of the specified buildings;and 2. rodents,insects, arachnids, and other arthropods; and 3. nests of stinging insects within the property boundaries of the specified buildings;and 4. individuals of all excluded pest populations that are incidental invaders inside the specified buildings,including winged termite swarmers emerging indoors. 2. Group 2 (prequalified group) shall include special engagements to suppress or eradicate any of the pests stated in Section 2..1, as well as the suppression or elimination of the following: 1. birds,bats,snakes,and all other vertebrates other than commensal rodents; 2. termites and other wood-destroying organisms; 3. any other related service. 3. During the term of the contract,contractor shall visit each property to inspect,maintain,and/or service the interior and exterior of the associated facility for Pest Control Service to include but not be limited to the following: • Ten foot perimeter around facility • Loading Docks • Common Areas,entrance ways, hallways and stairways • Lunchrooms, Kitchens, Kitchenettes • Restrooms • Maintenance Areas • Trash Collection Areas • Mechanical Rooms&Utility Areas • Elevator Rooms and associated elevator pits • Accessible structural voids • Provide the City with no less than 72 hours advanced notice for all routine scheduled services. • Water and Sewer Pump Stations • *Garage&Parking Areas • Areas to be serviced on the parking garages are the parking booths, restrooms, administrative offices,elevators and stairwells. The pest control vendor shall be responsible for adhering to the procedures outlined in IPM plan and reporting the results of site inspections to the Property Manager. If at any time integrated and alternative pest control methods fail and chemical pesticides are necessary, the pest control vendor must notify the Property Manager prior to using the chemical pesticides,and wait for approval from the Property Manager prior to applying the pesticides. 4, Pest Control Plan, The Contractor shall submit to the CM a Pest Control Plan at least five (5) working days prior to the starting date of the contract. Upon receipt of the Pest Control Plan,the CM will render a decision regarding its acceptability within two (2) working days. If aspects of the Pest Control Plan are incomplete or disapproved,the Contractor shall have two(2)working days to submit revisions.The Contractor shall be on-site to perform the initial service visit for each building within the first five (5) working days of the contract.The Contractor shall be responsible for carrying out work according to the approved Pest Control Plan. The Contractor shall receive the concurrence of the CM prior to implementing any subsequent changes to the approved Pest Control Plan, including additional or replacement pesticides and on-site service personnel.The Pest Control Plan shall consist of five parts as follows: 1.Proposed Materials and Equipment for Service: The Contractor shall provide current labels and Material Safety Data Sheets for all pesticides to be used, and brand names of pesticide application equipment, rodent bait boxes, insect and rodent trapping devices, pest monitoring devices, pest detection equipment, and any other pest control devices or equipment that may be used to provide service. 2.Proposed Methods for Monitoring and Detection:The Contractor shall describe methods and procedures to be used for identifying sites of pest harborage and access, and for making objective assessments of pest population levels throughout the term of the contract. 3.Service Schedule for Each Building or Site: The Contractor shall provide complete service schedules that include weekly or monthly frequency of Contractor visits, specific day(s) of the week of Contractor visits,and approximate duration of each visit. 4. Description of any Structural or Operational Changes That Would Facilitate the Pest Control Effort:The Contractor shall describe site-specific solutions for observed sources of pest food, water,harborage,and access. 5.Commercial Pesticide Applicator Certificates or Licenses:The Contractor shall provide photocopies of State-issued Commercial Pesticide Applicator Certificates or Licenses for every Contractor employee who will be performing on-site service under this contract. 3. GENERAL SPECiFICAT1ONS.An Integrated Pest Management(IPM)approach shall be used when administering pest and rodent control services. An [PM approach seeks to use the least intensive option for pest control and requires proper application to reduce impacts to the environment and human health,including reducing the use of Restricted Use Pesticides. IPM promotes sustainable pest management methods that minimize health, environmental and economic risks. 1. The Contractor shall complete a thorough, initial inspection of each building or site at least ten (10)working days prior to the starting date of the contract. The purpose of the initial inspections is for the Contractor to evaluate the pest control needs of ail locations and to identify problem areas and any equipment,structural features,or management practices that are contributing to pest infestations.Access to building space shall be coordinated with the project/contract manager (CM). The CM will inform the Contractor of any restrictions or areas requiring special scheduling. Certain locations in the City (e.g., Police Department) may require escorting of the awarded Bidder's work staff. The City's authorized representative shall be timely provided with the names of personnel who will be working in any restricted areas, prior to any work being performed. If changes in personnel are required, prior written notification of the changes must be communicated to the City. 2. Vendor shall make prompt and effective follow up treatment based on complaints of infestations at any of the location listed herein at no additional cost to the City. If the level of pest control service required is not achieved, and premises become infested with insects and rodents during the contract period, the City may require (1) reimbursement from the vendor of monies spent during the contract period or (2) — —— —the cedar-wit be r- ;,-, c .; -i ntreet-artd-#air off udders'-list-:--The-decision-viii-be — made at the sole discretion of the City. Emergency call backs shall be covered under the terms of the agreement at no extra cost to the City. Vendor will respond whiting 24 hours for calls regarding fleas, bees,and pigeon mites. 3. In order to protect both life and property,the vendor shall adhere to the following: a) The vendor shall follow the City's Restricted Use Pesticides reduction goal met through a three-fold process following basic IPM strategies: (1) chemical pest control shall be applied when other IPM strategies have been found ineffective, not economically feasible,and pests are at undesirable populations; (2) employees and contractors shall use the least hazardous chemical when application is required;and (3) proper design techniques shall be used that promote healthy plants and thereby reducing need for remedial actions. The aim of the IPM Program is to suppress pests and undesirable vegetation with minimum impact on human health, the environment, and non-target organisms. The success of the Program depends on not a single chemical approach or strategy; but a decision-making process that involves a combination of practices to control problems including cultural, biological, mechanical,and chemical tactics. Economic feasibility of a potential control method can factor into the decision-making protocol. b) The vendor shall perform pest control in City's facilities using the least toxic methods and materials possible to achieve a pest free environment. Least toxic shall mean the application of pesticides and non-pesticides treatments to actual and potential pest harborage sites where pests are present, such as voids,cracks and crevices instead of surfaces of floors, baseboards, shelves and table tops. The routine use of liquid spray aerosols and powders is not permitted, in regularly occupied areas (such as but not limited to offices, kitchens, dining rooms, store rooms, etc.). 28 unless written approval is obtained from the City. c) No pesticides or any other pest control materials shall be given by the vendor or their representatives to the City personnel for any reason. All pest control materials and devices used shall be applied, deployed, monitored and serviced by the vendor in such a manner that they effectively eliminate the pest populations while not interfering with the health and safety of the facility occupants and routine operations of the facility. If it becomes necessary to use numerous capture devices in an area to harvest many pests, such as rodents, in a short period of time, the vendor shall deploy these devices after operating hours and collect the devices early the next operating day before the area is occupied. d) All pesticide containers used in the treatment of the City's facilities shall be properly labeled with the name and strength of the pesticide product,as prescribed by law. e) No materials or chemicals are to be stored by the vendor at the City's facilities. f) No empty pesticide containers and excess pesticides are to be discarded by the vendor at the City's facilities. g) The vendor shall have the Material Safety Data Sheets(MSDS)available for each pesticide that is used. The Material Safety Data Sheet(MSDS)shall be provided to the City representative prior to the application of a pesticide. h) Appropriate protective clothing and equipment consistent with the chemical manufacturer's label and Material Safety Data Sheet (MSDS) shall be utilized by the vendor during pesticide applications. i) The Federal 'Right to Know'Regulation implemented by the Occupational Safety and Health Administration (OSHA) requires employers to inform their employees of any toxic substances to which they may be exposed in the workplace, and to provide training in safe handling practices and emergency procedures, It also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace. j) The vendor shall not apply water based pesticides into the electrical component of any equipment. k) The vendor shall not apply aerosols, mists,or other sprays into areas containing open flames. I) The City shall not be responsible for the loss or damage to any equipment, pest control materials or devices belonging to the vendor. • m) Any City contractor improperly handling pesticides or handling pesticides without the proper licensing witnessed by City staff shall be reported to the Procurement Department for potential contract suspension or revocation and such improper handling shall also be reported to the appropriate State agencies assigned to monitor pesticide usage. This requirement protects the environment and people from improper pesticide usage, n) The building interior and exterior will be periodically inspected for the presence of pests and preventive measures will be taken to avoid pests. If any pests are detected, integrated (nonchemical) methods will be implemented as the first control step, including sanitation measures,exclusion measures, and the use of traps. o) Sanitation: Potential food and water sources available to pests will be evaluated and minimized or eliminated.This can be done by thoroughly cleaning and maintaining food service areas and break rooms, fixing leaking pipes and faucets, and altering landscape features to eliminate standing water. p) Exclusion: Cracks, crevices, and holes in the building envelope will be sealed. A plant-free zone will be maintained immediately adjacent to the building. q) Traps: For insects and rodents, non-chemical baits (such as peanut butter) will be used to trap pests, No chemical baits for rodents will ever be used indoors. If chemical rodent baits are necessary outdoors,they will only be used as solid blocks places in locked outdoor dispensers. No second-generation (single-feed) rodent baits will be used. r) The vendor shall follow the IPM protocol guidelines as follows: (1) IDENTIFICATION and SCOUTING - Identify the type of pest or undesirable vegetation 2) problem by scouting and inspection, (2) MONITORING - Determine the extent of injury or problem levels (set thresholds); Use visual inspection or monitoring devices. (3) ANALYSIS- Based on findings in a. or b.,determine best response from the following options: 1)take no action, 2)continue monitoring or collect more data,or 3)act to address pest. (4) REVIEW CONTROL OPTIONS - Review available cultural, mechanical, biological, as well as chemical control options. It is understood that biological control methods are very limited to City employees and contractors and are generally established by state and federal agencies due to potential undesirable consequences in neighboring areas. Biological control methods may include maintaining beneficial insect populations. (5) SELECT CONTROL TACTICS - Select the most environmentally sound and economically viable treatment strategies to suppress the pest problem. Least toxic methods must be used before more toxic ones. Any Restricted Use Pesticides with the signal word "Warning" or "Danger requires approval from City staff with proven knowledge of pest control through the State of Florida licensing. All components of the IPM protocol must be presented to the appropriate City official at the time of the request to use a pesticide with a "Warning' or "Danger signal word on the pesticide label. (6) EVALUATE RESULTS - After implementation of control measures, evaluate to determine if action taken has been effective in pest reduction and is cost effective. (7) RECORD KEEPING - Record all pesticides used, rates used, application dates, amounts applied, sites of application, and results. Labels and Material Safety Data Sheets (MSDS) sheets must be available and maintained at all times with the applicator and in all facilities where materials are stored. 4,Specifications for Specific Services/Areas --- 1. Rodent Services. The vendor shall make a thorough initial inspection of all the areas included in the request to determine the kinds of rodents present in each area, the extent of the infestation(s), the location of the nesting site(s),and the conditions which are contributing to the rodent infestation, such as the presence of improperly stored food, the presence of pets and improperly stored pet food, improper cleaning and removal of food wastes, cluttered storage, and rodent entry points. This inspection will enable the vendor to determine the method(s)that will be used to control the rodent population as quickly as possible. All rodenticide, regardless of packaging, snail be placed either in locations not accessible to children or be placed in Environmental Protection Agency("EPA') approved tamper resistant bait boxes. Frequency of bait box servicing shall be monthly. All bait boxes shall be maintained in accordance with EPA regulations, with an emphasis on the safety of non-target organisms. The successful contractor shall adhere to the following points: a) All bait boxes shall be placed out of general view, in locations where they will not be disturbed by routine operations. b) The lids of all bait boxes shall be securely locked or fastened shut. c) All bait boxes installed outside shall be securely attached to a masonry paver to prevent it from blowing away under severe weather. Boxes that are not exposed to the elements do not require the paver. d) Bait shall always be placed in the baffle-protected feeding chamber of the box and never in the runway of the box.All boxes must have a warning label. e) All bait boxes shall be labeled with the contractor's business name, date of installation, and servicing date. f) In circumstances where rodenticide are deemed essential for adequate rodent control inside occupied buildings, the successful contractor shall obtain the approval of the Property Management Contract Administrator or Property Manager prior to making any rodenticide 30 treatment g) The exact location of each container shall be recorded and copies of the records shall be provided to the Property Management Contract Administrator or Property Manager, The information on the service reports shall include date and time of service, technician's printed name, bait consumption,type of fecal droppings found in the container, replacement of bait etc. for each station. h) Rodent trapping services shall be provided on an 'as needed' basis, per the following specifications: 1. Traps shall be placed from floor level to fifteen (15)feet above the floor, on overhead ledges, pipes and roofs of storage areas, in attic areas and above the drop ceilings 2, Traps shall be placed out of the general view of safety and aesthetic purpose and located so as not to be affected by routine cleaning procedures. 3. Many styles of deadfall(snap)traps,glue traps,multi-catch traps, and live trap are available,as well as many attractant varieties. The vendor shall use sufficient quantities of devices and frequent follow-up visits. 4. Service visits and procedures shall be arranged and coordinated with the Property Management Contract Administrator or Property Manager to minimize exposure of the staff and visitors to the trapping devices and obtain access to all spaces necessary to inspect and treat. Inspections may be performed during instructional hours, with the permission of the Property Management Contract Administrator or Property Manager in order to gain access to all cabinets and closets which may be locked. During the initial phase of this project and until it has been determined that the current rat or mouse population has been eliminated;the vendor shall make follow-up visits at least every other day. Daily visits may be required when traps aro set in locations which are visible and accessible to building occupants. 2. Flea Control. The vendor will address request for treatment of fleas with the proper treatment and any necessary follow up.Service will follow pest control industry current best practices. 3. Fire Ants.The proposal is to include proposal is to include a cost to deal with fire ants.Service will follow pest control industry current best practices. 4. Termite Treatment Service. The awarded Bidder shall perform a termite treatment service at each specific site covered under this Contract. The treatment shall comply with all professional standards and applicable laws. Upon the completion of a termite treatment service, the awarded Bidder shall issue a 'termite warranty"for that site or location. The warranty shall permit, for one year from date of issuance, re-treatments(as necessary)at no additional cost to the Cit 5.Pigeons Trapping. The vendor shall provide pigeon traps, bird feed and visit the site three(3) times per week for the duration of the treatment program. Removal and the relocation or destruction of birds shall be included in the cost. a) Pigeons Exclusion Spikes. The vendor shall install pigeon spikes on identified areas. The pigeon spikes shall be installed in areas not accessible to staff, Only stainless steel spikes will be accepted.The spikes shall be installed according to manufacturer's specifications. Cleaning of the identified areas shall be included in the cost. The vendor shall submit a schematic drawing of the proposed installation. The schematic drawing must be approved by City before installation. b) Smaller Birds such as starlings or sparrows. The vendor shall install bird netting on identified areas. The vendor shall use 3/4" mesh and utilize the installation cations as manufacturer's specifications described. c) Sparrow or sterling trapping. The vendor shall trap birds from identified areas. Deploy 4 sparrow/sterling traps, bird feed and visit the site 3 times per week for the duration of the treatment. Removal and the relocation or destruction of birds shall be included in the cost. 6. Removal of dead animals.The vendor shall remove dead animals from under portables, dumpsters and other City's locations. The vendor must respond within four (4) hours of being contacted by Property Management Representative. 7. City Locations. Each bidding contractor is encouraged, prior to submitting a bid, to inspect the site locations, examine the existing conditions, and acquaint himself with the needs and requirements of the service for each location, Additionally,the bidder is also required to carefully examine the specifications and to acquaint himself with any and all conditions that may, in any manner, affect the service to be provided under this contract. No additional allowances will be made because of lack of knowledge of conditions encountered after award of the contract. The areas to be serviced at each and all locations listed herein shall include, but not limited to the following: CITY HALL, 1700 Convention Center Drive, Miami Beach 99,000 sq.ft.; Hours of Operation: Monday—Friday 8:00 a.m.-6:00 p.m. OFFICES LOCATED AT THE CITY HALL PARKING GARAGE, 1755 Meridian Avenue,Miami Beach 121,000 sq.ft.; HMS ofOwation; Monday-Friday 7_30 am—5:00 pm 777 BUILDING(CITY HALL ANNEX), 777 17th St, Miami Beach 28,000 sq.ft.; Hours of Operation: Monday—Friday;8:00 a.m.—6:00 p.m. 555 BUILDING 17th St. Miami Beach 10,725 sq.ft.; Hours of Operation: Monday-Friday 8:00 a.m.—6:00 p.m. SCOTT RAKOW YOUTH CENTER AND ICE RINK,2700 Sheridan Avenue,Miami Beach Hours of Operation: Saturday 9:00 am—10:00 pm (1 staff)—Sunday 10:00 am-5:30 pm(1 staff) POLICE STATION &PARKING GARAGE; 1100 Washington Avenue,Miami Beach 100,000 sq.ft.; Hours of Operation:24 hours a day; 7 days a week FIRE Station Two,2300 Pine Tree Drive, Miami Beach 11,305 sq.ft.; Hours of Operation: 7:00 a.m.—4:00 p.m. SOUTH SHORE COMMUNITY CENTER, 833 6TH Street, Miami Beach 18,730 sq.ft.; Hours of Operation: 8:00 a.m.—6:00 p.m. Monday- Friday NORTH BEACH POLICE SUBSTATION, 6800 Indian Creek Drive 32 2,300 sq.ft.; Hours of Operation:8:00 a.m.—4:00 p.m. Monday-Friday 21st STREET RECREATION CENTER,2100 Washington Avenue 20,000 sq.ft.; Hours of Operation:8:00 a.m.—6:00 p.m. Monday-Friday OCEAN FRONT AUDITORIUM, 1001 Ocean Drive, Miami Beach 11,884 sq.ft.; Hours of Operation: 8:00 a.m.—4:00 p,m. NORTH SHORE BANDSHELL,7250 Collins Avenue, Miami Beach 4,500 sq.ft.;(500 sq.ft.interior/4000 sq.ft.exterior); Hours of Operation: No regular hours,used for events NORTH SHORE RECREATION CENTER&TENNIS CENTER,501 72ND Street, Miami Beach 33,800 sq.ft.; Hours of Operation:9:00 a.m.—8:00 p.m. Monday—Saturday; 11:00 a.m.-7:00 p.m. Sunday NORTH SHORE OPEN SPACE TRAILER OFFICES,85th Street and Collins Avenue, Miami Beach One 14x40 Office/Restroom Trailer Hours of Operation: 7:00 am 4:00 pm Monday to Friday MUSS PARK,4400 Chase Avenue, Miami Beach 900 sq.ft.; Hours of Operation:8:00 a.m.-5:00 p.mAlonday= nday - STILLWATER PARK, 8440 Hawthorne Avenue,Miami Beach 400 sq,ft.; Hours of Operation: 8:00 a.m.—8:30 p.m. Monday-Sunday FAIRWAY PARK, 100 Fairway Drive, Miami Beach 400 sq.ft.; Hours of Operation:8:00 a.m.—8:30 p.m. Monday-Sunday NORMANDY SHORES PARK, 2605 Biarritz Drive, Miami Beach 950 sq.ft.; Hours of Operation: 8:00 a.m.—8:30 p.m. Monday-Sunday NORMANDY SHORES GUARDHOUSE,2000 Biarritz Drive, Miami Beach 200 sq.ft.; Hours of Operation:24 hours,7 days NORMANDY ISLE PARK AND POOL,7030 Trouville Esplanade, Miami Beach 17,042 s.ft.; Hours of Operation: Pool: 6:45am to 9:00 pm;Activity Building:8:00 am to 8:00 pm PARKS MAINTENANCE FACILITY, 2100 Meridian Avenue,Miami Beach 5500 sq.ft.; Hours of operation: 7:00 a.m.-4:00 p.m. Monday-Friday PROPERTY MANAGEMENT OFFICE&MAINTENANCE FACILITY, 183 Bay Road, Miami Beach 23,770 sq.ft.; Hours of Operation:7:00 a.m.-5:00 p.m. Monday-Friday BEACH PATROL OFFICE, 1001 Ocean Drive(Rear), Miami Beach 850 sq.ft.; Hours of Operation:8:00 a.m.-5:00 p.m.7 days a week POLICE ATHLETIC LEAGUE AND RECREATION CENTER(PAL.)99911 ST,Miami Beach 20,000 sq.ft.; Hours of Operation:7:00am-9:00 p.m. Monday-Friday,Saturday 8:00 am—5:00 pm FLAMINGO PARK POOL, 1205 Michigan Avenue, Miami Beach 10,000 sq.ft.; Hours of Operation:6:45 a.m.—9:00 p.m. 7 days a week FLAMINGO PARK INSIDE AND OUTSIDE TENNIS COURT RESTROOMS 1235-1255 Michigan Avenue, Miami Beach 6,300 sq.ft.; Hours of Operation:8:00 a.m.—5:00 p.m.7 days a week FLAMINGO PARK BASEBALL&FOOTBALL STADIUM RESTROOMS/SOFTBALL FIELD RESTROOMS 1455 Michigan Avenue(Baseball Stadium), 1099 11TH St.inside Flamingo Park 1800 sq.ft.; Hours of Operatic :00-a.rn:-- :0a-p m. 7-days a-week PUBLIC WORKS OPERATIONS BUILDING;451 Dade Boulevard, Miami 19,900 sq.ft.; Hours of Operation:7:00 a.m.-5:00 p.m, Monday-Friday PARKING DEPARTMENT OPERATIONS BUILDING; 1833 Bay Road 3000 sq.ft.; Hours of Operation:.7:00 a.m.—4:00 p.m. MARINE PATROL OFFICE&PUBLIC RESTROOM FACILITY, 1900 Purdy Avenue,Miami Beach 1350 sq.ft.; Hours of Operation:8:00 a.m.—5:00 p.m.7 days a week(restroom) SOUTH POINTE PARK OCEAN RESCUE FACILITIES AND ACTIVITY ROOM 2,544 sq.ft.; Hours of operation:Ocean Rescue:Activity Room:8:00 am-6:00 pm Monday thru Saturday FIRE STATION TWO Support Services/E.O.C. 2310 Pine Tree Drive,Miami Beach 3,400 sq.ft.; Hours of Operation 7:00 am to 4:00 am Police internal Affairs Department,225 Washington Ave, Miami Beach 2200 sq.ft.; Hours of operation 8:00 am-5:00 pm M-F 34 Fleet Management 140 Macarthur Causeway,Miami Beach 14,000 sq.ft.; Hours of operation:8:00am—5:00 pm Sanitation,140 Macarthur Causeways,Miami Beach 20,000 sq.ft. Hours of operation:8:00am—5:00 pm SOUTH POINTE PARK RESTROOM,One Ocean Drive,Miami Beach;800 sq.ft. THIRD STREET RESTROOM,3RD&Ocean Miami Beach;600 sq.ft. 6TH STREET RESTROOM 1,000 sq.ft. 10TH STREET RESTROOM 10TH&Ocean, Miami Beach;520 sq.ft. 14th STREET RESTROOM, 14TH&Ocean, Miami Beach;1,500 sq.ft. 21st STREET RESTROOM;21st Street&Collins Ave, Miami Beach;864 sq.ft. 35th STREET RESTROOM;35th Street&Collins Ave, Miami Beach;512 sq.ft. 46th STREET RESTROOM;46th Street&Collins, Miami Beach;650 sq.ft. 53rd STREET RESTROOM;53x0-&CollinsJitiarni-1Betach,864-sq.ft. 64th STREET RESTROOM;64th Street&Collins, Miami Beach, 512 sq.ft. UNiDAD SENIOR CENTER PUBLIC RESTROOMS;7231 Collins Ave,Miami Beach;555 sq.ft. 7th STREET PARKING GARAGE,210 7TH St., Miami Beach; 200,050 sq.ft.; Hours of Operation: 24 hours 17 days a week 12th STREET PARKING GARAGE;512 12TH St., Miami Beach 43,500 sq.ft.; Hours of Operation: 24 hours/7 days a week 13th STREET PARKING GARAGE; 1301 Collins Avenue,Miami Beach 85,800 sq.ft.; Hours of Operation: 24 hours/7 days a week 16th STREET PARKING GARAGE; 1557 Washington Avenue 226,100 sq. ft.; Hours of Operation:24 hours 17 days a week sf;5-level Parking Garage 17th STREET PARKING GARAGE,640 17th St., Miami Beach 1,460 spaces;474,500 sq.ft.; Hours of Operation:24 hours 17 days a week 42nd STREET PARKING GARAGE;400 42ND Street Miami Beach 201,500 sq.ft.; Hours of Operation:6:30 a.m.—9:00 p.m. Monday-Friday CITY HALL GARAGE, 1755 Meridian Avenue, Miami Beach 211,250 sq.ft.; Hours of Operation:24 hours/7 days a week PENNSYLVANIA GARAGE, 1661 Pennsylvania Avenue 162,500.sq.ft.; Hours of Operation:24 hours/7 days a week Sunset Harbor Garage, 1900 Bay Road, Miami Beach 171,200 sq.ft.; Hours of Operation:24 hours/7 days a week CRESPI PARK,801 Crespi Boulevard,Miami Beach 400 sq.ft.; Hours of Operation:8:00 a.m.—8:30 p.m. Monday-Sunday TATUM PARK,8050 Byron Avenue,Miami Beach 400 sq.ft.; Hours of Operation:8:00 a.m.—5:00 p.m.Monday—Friday Soundscape Par{ fistStre Miami Beach 121,800 sq. ft. Bass Museum,2121 Park Avenue; Miami Beach 31,125 sq.ft. Fire Station#1, 1057 Jefferson Ave,Miami Beach 9,000 sq.ft. Fire Station#3, 5303 Collins Ave, Miami Beach 7,490 sq.ft. Fire Station#4,6800 Indian Creek Drive,Miami Beach 10,000 sq.ft. Historic City Hall, 1130 Washington Ave, Miami Beach 34,800 sq.ft. Miami Beach Botanical Garden 2000 Convention Center Dr., Miami Beach 7,695 sq.ft. THE CITY RESERVES THE RIGHT TO ADD OR DELETE FACILITIES AS AUTHORIZED HEREIN. 6 APPENDIX " D" MIAMI BEACH Special Conditions PEST CONTROL SERVICES 2017-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Avenue, ad Floor Miami Beach, Florida 33139 2) I 1. TERM OF CONTRACT. The contract shall remain in effect for three(3)years from date of contract execution by the Mayor and the City Clerk. The City of Miami Beach will have the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods,on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised,if at all,only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month-to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein,and shall not exceed six(6)months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: if the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and firm during the three (3)year term of this contract; provided however,that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. 2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT:The contract could be extended for an additional two(2),one (1) year terms, on a year to year basis, at the sole discretion of the City Manager. Prior to completion of each exercised contract term, the City may consider and adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer price Index CPI-U (all urban areas)computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised period,the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. -Any adjustment request received-after-the-commen€emer a-new-option period may not be considered. 3. ROADMAP FOR PROJECTS AWARDED PURSUANT TO POOL OF PREQUALIFCED CONTRACTORS. The project/contract manager may request quotes from contractors authorized to participate in the Pre-Qualified Bidder Pool for larger projects or other planned projects. Responsive, responsible bidders (awarded or not for Group I) are eligible to participate in the Pre-Qualified Bidder Pool, at the discretion of the bidder and as indicated on the Cost Proposal Form at the time of submission, At its own expense, the Pre-Qualified contractor shall visit the site and prepare a quote for accomplishing the work. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In this case, projects may be awarded on a Lump Sum or Time and Material basis as determined by the project/contract manager. 3.1 For projects with an estimated cost up to $50,000, the project/contract manager may solicit written or telephone quotes prior to requesting a Purchase Order be issued for the work. 3.2 For projects with an estimated cost exceeding $50,000, the project/contract manager may solicit written quotes. Prior to issuing a Purchase Order for projects in this category,the City Manager's approval is required. 3.3 In determining the lowest and best contractor for the project, in addition to price,there shalt be considered the following: (1)The ability,capacity and skill of the bidder to perform the contract. (2)Whether the bidder can perform the contract within the time specified,without delay or interference. (3)The character,integrity, reputation,judgment, experience and efficiency of the bidder, (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the bidder with laws and ordinances relating to the contract. The City Manager's approval is required when the contractor offering the lowest cost is not selected. 38 4. METHOD OF PAYMENT. Invoices for payment shall be submitted,no later than three(3)business days after works has been performed, by the technician in the field to the Contracts Manager or a City representative who will verify time and material spent to complete a specific job, No down payments or partial payments will be made. 5.RECORD KEEPING REQUIREMENTS:The successful bidder(s) must provide and maintain logs of all pest control services and shall provide a detailed monthly summary report that reflect service and infestation patterns broken down by sites.This log and report shall be provided to the City of Miami Beach, Property Management designated Contract Administrator.Copies of reports shall be submitted via electronic copies in PDF format. 6. SHIPPING TERMS. Prices shall include freight to City's premises, and shall be F.O.B. Destination. The successful bidder shall hold title to the goods until such time as they are delivered, installed and accepted by an authorized City representative. 7. PURCHASE ORDERS: A purchase order is required for all work. All invoices shall reflect the accurate Purchase Order number. Failure to do so will result in rejection of invoice. 8.DELIVERY REQUIREMENTS.The successful bidders shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing stip shall be attached to the shipping cartons) which contain the items and shall be made available to the City's authorized representative during delivery, The packing slip or delivery ticket shall include, at a minimum,the following information:purchase order number;date of order,work order number and a complete listing of items being delivered. 9. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No contractor employee shall be eligible to perform services, pursuant to this ITB or resulting-Agreement if he or she: (1) has been_convicted of or was laced,in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking;forgery burglary; robbery; theft; perjury;possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents andlor (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide;-rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and alll liability, loss, expense(including reasonable attorneys fees)or claims for injury or damages arising out of its failure to comply with this requirement. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program.Contractor's personnel must wear photo identification at all times. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Successful Contractor will wear a uniform bearing the Contractors name. Uniforms must be provided at the contractor's expense, and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 10. PARKING. The Contractor is responsible for any all Parking Fees, Parking Tickets, and Towing Expenses. The City will not reimburse any fees for towing, parking tickets,or fees. 39 11. ADDITIONAL FACILITIES MAY BE ADDED Although this solicitation and resultant contract identifies specific facilities to be serviced, it is hereby agreed and understood that any City department or agency facility may be added to this contract at the option of the City,When required by the pricing structure of the contract, vendor(s) under this contract shall be invited to submit price quotes for these additional facilities. If these quotes are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. If this contract has a single incumbent vendor,the additional site(s)shall be added to this contract by formal modification of the award sheet. If there are multiple incumbent vendors under this contract, and the additional effort is to be assigned to only one of these vendors,a separate release order will be issued. The City may determine to obtain price quotes for the additional facilities from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors,or for other reasons at the City's discretion. 12.DELETION OFFACILITIES Although this solicitation identifies specific facilities to be serviced,it is hereby agreed and understood that any City department or agency may delete service for any facility (les) when such service is no longer required during the contract period; upon fourteen(14)calendar days written notice to the vendor. 40 1-lome I'orornourrt Pest Control COMMERCIAL SERVICES M 0 U NT E PARA HOM PEST CONTROL PANY COM PEST MANAGEMENT PROPOSAL MIAMI BEACH MARCH 8, 2017 b ,Y HOME P ANtarr N PFS" Ca aE COMPANY [888-888-HOME' WW HOM€PARAMOUNT.Cans ' CONEIDENI1AL[IY NOTICE This document is intended,for the above named recipient and any auihordat�ve decision faking partes. It is a confidential document and any copying,altering'or e angel made any other party Cher#hon the recipien c rHome Paramount Pest Control Companies, Inc.is P;:;,-,K.-$.roiibited r . -d , .� T x;',..':,,,e: t . r,;14,41,.... x?='' ``..e,..-+."'-te s- w. �r "" -,+ .r r ... _ .. HOME PARAMOUNT PEST CONTROL COMPANY Aneta Kamyczek Procurement Coordinator City of Miami Beach 1755 Meridian Ave; 3rd Floor Miami Beach, FL 33139 March 8, 2017 Dear Ms. Kamyczek; Thank you for the opportunity to propose a partnership with you for pest management maintenance and services. Home Paramount, now proudly celebrating over 75 years, is one of the largest and most respected pest management firms in the United States. Family-owned and operated since 1939, our commitment to our clients and community has made us the premier pest management firm in your area. You can expect from our team of pest professionals reliable, personalized and effective pest management services. Attached is a recommended customized program for you to review. Should you accept this program, execution of the attached document will be all that is required to enter into a partnership with you. Should you have any questions in the meantime, please do not hesitate to contact me. Sincerely, YQtee NDifPett Satee Moffett Corporate Commercial Manager 410-510-0700, x8185 Fax: 410-638-1990 smoffett@homeparamount.com - 1 - HOME PARAMOUNT PEST CONTROL COMPANY Company Profile Home Paramount Pest Control operates 30 offices in 6 states and is one of the largest, independent family-owned and operated pest control firms in the nation. We employ over 450 team members and strive to recruit,develop and retain highly qualified personnel. In 2005, Home Paramount attained the National Pest Management Association's QualityPro Certification, which signifies"The Mark of Excellence." This corporate program is designed to differentiate QualityPro companies from the competition authenticating that Home Paramount's business, ethical and environmental practices meet the highest industry standards committed to providing premier service. QualityPro companies meet superior standards including: • Practicing environmentally responsible pest control. • Employing only highly trained,credentialed employees. • Maintaining an up-to-date insurance policy. • Marketing truthfully and ethically. • Checking employee references,driving history,and criminal backgrounds. • Maintaining a drug-free workplace. In 2009, Home Paramount earned a further mark of distinction by raising the bar and earning National Pest Management Association's QualityPro Green's' designation. This designation certifies that Home Paramount stands out as an environmentally friendly business. For more information on Quality Pro we invite you to visit www.npmaqualitypro.com. Home Paramount was founded by Walter A. Tilley, Sr. in—SaTtimore, Maryland-in-1939operating as Home Exterminating Company. Always active in his community, Mr. Tilley helped establish the Maryland Pest Control Association in 1943. This association of industry members set the stage for the modern pest management industry and helped form a framework for the industry's regulatory and business standards. The acquisition of the Virginia based Paramount Termite Control Company was a pivotal moment in the organization's history. Paramount, a regional powerhouse, provided pest and termite control services throughout Virginia. The two companies ultimately merged to form Home Paramount Pest Control. This merger combined complementary resources and similar organizational philosophies to enhance customer service and technical excellence. The diversification of Home Paramount's business interests also provided exciting synergies benefiting Home Paramount's customers through access to state of the art pest control products and technologies. Today, Home Paramount is a third-generation family-owned and operated business and one of the largest independent pest management firms in the United States. With branch offices in Delaware, Florida, Pennsylvania, Maryland, Virginia and North Carolina, Home Paramount has transformed from a small family operation to the leading pest management firm in the Mid-Atlantic. Home Paramount's trained, dedicated staff is part of a comprehensive pest management team that is prepared to partner with you to guarantee superior results. Home Paramount boasts a team of full-time entomologists who strive to keep our customers and service personnel up to date of technical and regulatory trends. Our commitment to community and to the pest control industry has been proven through over seventy five years of service. For additional information we invite you to visit our website at www.homeparamount.com. - 2 - HOME PARAMOUNT PEST CONTROL COMPANY Other Designations A Angie's List Super Service Award Home Paramount is an Angie's List Super Service Award winner—Angie's list is a nationally recognized company, which rates consumer service companies in various industries.The Super Service Award is given only to top rated service companies. Angie's list is yet another top rated designation for Home Paramount Pest Control. Environmentally Friendly Company- Premium GreenT`I GREEN Commitment to Sustainability—Our Premium Green program takes a holistic approach to pest control that integrates inspections and exclusion services with the judicious application of"green"products.This integrated approach involves a series of evaluations,decisions and controls.Priority is always given to low impact,non- chemical and least disruptive solutions. Premium Green products are carefully selected based on impact and effectiveness.For example,we use a revolutionary line of botanically derived pest control products made of essential oils such as clove,peppermint. rosemary and thyme. These products are based on the natural defenses plants use to combat insects and care extremely effective. Home Paramount's green termite solution is the Sentricon®Colony Elimination System. The only termite control product ever to earn the Presidential Green Chemistry Challenge Award. - 3 - HOME PARAMOUNT PEST CONTROL COMPANY Home f bromocmt. Pest Control COMMERCIAL SERv10ES A Company Committed to Health and Safety We are committed to the health and safety of our employees, our clients and our environment.For generations, Home Paramount Pest Control has taken the initiative to research,implement and monitor new technologies and materials to ensure the health and safety of all of the communities we serve. Our personnel are specifically trained to make responsible decisions regarding product use and recommend non-chemical solutions when possible.At the same time,we recognize that unwanted pests pose real health and safety risks to our customers and their clients and we will partner with you to implement manageable solutions responsibly. Integrated Pest Management-The Home Paramount Approach Home Paramount's Integrated Pest Management(IPM)philosophy is a systematic approach to controlling pests that does not rely on automatic application of pesticides on a scheduled basis. Instead,IPM relies on thorough inspection followed by intervention if,when,and where needed. Sanitation,maintenance,landscape alteration,education and chemical methods may be used in site specific combinations to solve or prevent pest problems.Pest control materials selected for use are applied in a manner that reduces or eliminates exposure to people,animals and the environment,but maximizes exposure to target pests. IPM relies on communication and cooperation between the customer and the pest control technician.Below is a list of recommendations that can be helpful in managing pest infestations. Our IPM approach involves three steps: 1. A floor level inspection of each building to identify pest activity,entry points,harborage areas,and potential food sources. 2. A customized,facility-specific pest management program employing the least hazardous,most up-to-date pest management methods for effective control. This pest management plan will change seasonally to best address the various pest pressures that are present throughout the year. 3. An on-going monitoring and communication program to keep you up-to-date on what pests are present and what Home Paramount is doing to prevent and/or minimize infestations. A written service record of each service. The benefits of our IPM program are: ✓ Provides long term results ✓ Environmentally friendly ✓ Reduces unnecessary chemical use and its liability ✓ Reduces risk of pesticide resistance ✓ Proactive,not reactive ✓ Detects a potential pest problem before it's a major problem ✓ Provides a written record of pest activities and control actions ✓ Promotes a better community relationship ✓ Site-specific -4- HOME PARAMOUNT PEST CONTROL COMPANY COMMON PEST SERVICES. Target Pests Home Paramount can provide pest management services for ants(excludes big-headed,caribbean crazy, carpenter, fire,pharaoh and white footed),centipedes,cockroaches,crickets,earwigs,ground beetles,indoor mice, millipedes, pill bugs, silverfish, sow bugs,spiders and springtails. Home Paramount will service the property for the target pest(s)using such materials as it deems necessary in its sole discretion. No other pests,other than those specified in the Scope of Service,are covered under this Agreement. Total elimination of the target pest(s)is not guaranteed and full control of some pests may require additional service fees. Initial Service Our service professionals and technical experts will ensure that your pest concerns are immediately addressed as well as other areas that are conducive to pest infestations. Home Paramount will do what it takes to achieve control and most importantly do what it takes to meet your expectations. In areas that require cleaning,reorganization or other means of control,we will offer solutions and recommendations. Recurring Services A designated Home Paramount professional will monitor and service your property or facility according to the agreed upon service frequency. A logbook will be provided for documenting and communicating pest sightings between visits. This book will be reviewed and updated upon each visit by your service professional. Services may be modified seasonally or as required in anticipation of different pests or to address new pest concerns. Exterior services also vary as seasons change and,where practical,we will treat these areas to reduce pests from entering from the outside. Extra Service Requests Home Paramount customers may need additional services in between scheduled visits. Our Customer Service Call Center and our Commercial Account Management team are available during and after standard business hours and on weekends to receive these emergency service requests. Service requests for pests not covered under the Service Agreement will be quoted and billed separately. - 5- HOME PARAMOUNT PEST CONTROL COMPANY ADDITIONAL PEST SPECIFIC SERVICES. Birds Birds become pests when they nest or roost in the wrong areas. Their droppings create health and safety concerns associated to more than 60 transmittal diseases. Histoplasmosis is a fatal respiratory disease that results from a fungus growing in dried bird droppings and Salmonellosis can be traced to pigeons,starlings and sparrows. Home Paramount has an array of service programs that includes identification of entry points and habitat modification including traps or other treatment and ongoing maintenance to deter and repel roosting and nesting. Common Nuisance Flies Flies are more than an annoyance to your patrons,guests and your livestock. Their unlimited range maximizes their ability to contaminate food preparation and storage areas as well as animal feed. Diseases carried by the common house fly include typhoid, cholera and dysentery. Other diseases include salmonella,anthrax and tuberculosis. House flies have also been known to transmit the eggs of parasitic worms. Tolerable control of these pests is challenging and necessitates a thorough review of options. Home Paramount can offer both pesticide and non- pesticide alternatives to reduce fly population and breeding sites. Interior plants can be a source of annoying and persistent infestations of aphids and gnats. While controlling these pests is the typically the responsibility of the horticulturists,Home Paramount entomologists can provide on-site guidance as to the most appropriate materials measure and products to eliminate them. Mosquito and Ticks Not simply a pest,mosquitoes are a vector for some of the world's most dangerous diseases such as Encephalitis, Malaria and West Nile Virus. Home Paramount's three part abatement program reduces these populations. This includes inspection and identification of conducive conditions of breeding sites,treatment of high risk areas to interrupt the life cycle and treatment ofdaytimeresting placcsto eliminate the-current-population— Ticks often found in bushy areas and areas of vegetation live off the blood of their hosts such as domestic animals, wildlife,rodents, livestock and of course humans. Because ticks dwell near the skin of the host,they are often masked by clothing, fur or hair and are not easily detectable. Lyme disease can be transmitted during a bite,but symptoms may not appear until much later. Home Paramount will treat Eco tone areas with effective products designed to reduce tick populations and control future invasions. Termites Termites are responsible for an estimated$5 billion dollars of damage every year in the United States. Because termite damage is not typically covered by insurance,repairs can be costly. Home Paramount has a holistic approach that offers a low impact,non-chemical and less disruptive solution with the Sentricon®Colony Elimination System. The first and most successful termite baiting system is a unique cellulose matrix inserted into strategically placed,in-ground bait stations.Termites feed on the Recruit®termite bait,share it,and the colony dies. The effectiveness of the Sentricon System at eliminating termite colonies is supported through independent research at 30 universities,70 published scientific articles,and by the U.S. Department of Agriculture. - 6- HOME PARAMOUNT PEST CONTROL COMPANY OTHER PROGRAM SOLUTIONS. 4) Sanitation-PREMIUM CLEANT" CLEAN Premium Clean is Home Paramount's proprietary environmentally sound sanitation solution. Drains and floors in food-processing require special attention as they are the source for pervasive swarms of fruit flies and drain flies that must be controlled before they emerge as adults. This sanitation solution can be safely used in commercial kitchens and food areas to eliminate potential hazards caused by organic waste. It can also be used to decontaminate areas soiled by rodent urine. Food Safety Pest Management Food Safety is critical and fumigation on bulk grain,rice and other perishable commodities is a specialized service that Home Paramount offers. Indian meal moths,cigarette beetles and other pests have been known to infest and contaminate product resulting in critical cost. We are trained and experience in the proper method for eliminating these pests to protect your bottom line. Product and Equipment As part of the Integrated Pest Management Approach,Home Paramount can offer non-pesticide solutions that control and minimize interior unwanted pest activity. This includes,but is not limited to,mattress covers and liners for control of bed bugs, an array of lights and traps to minimize a flying insect population and exclusion services to eliminate general pest entry points. Unless purchased by Customer,equipment remains the property of Home Paramount and customer authorizes Home Paramount to collect all equipment upon termination of this Agreement. Home Paramount reserves the right to charge an additional fee for equipment that is not returned or damaged. Lawn and-Ornamental Home Paramount has lawn and ornamental programs that keep your lawn and landscaping looking green and healthy. Pests such as chinch bugs,white grubs,white flies, fire ants,etc. can be an otherwise uncontrollable and undesirable problem. Home Paramount offers pest control solutions to combat the attacks of these pests through application of fungicides and insecticides and programs that include fertilization,turf and weed control. • - 7- HOME PARAMOUNT PEST CONTROL COMPANY PESTS COVERED. Home Paramount will provide service for the pests covered under the Scope of Service for this proposal. All other pest services require an additional fee. TERMITE WARRANTY LIMITATIONS. Home Paramount agrees to retreat infested areas of the structure(s) covered under this Agreement at no additional cost to the Customer if an active infestation is found in areas previously treated by Home Paramount and if this Agreement is still in effect. If treated areas are disturbed, additions are made to the structure and/or the protection is otherwise compromised,the warranty is null and void. The retreatment warranty does not apply to areas of the property in which wood is in direct contact with the ground, wood material is below the outside finished ground level, a moisture problem exists,the treated area has been disturbed, additions and/or alterations have been made and/or other conducive conditions exist. This warranty does not cover structure(s)where wood,foam insulation, stucco construction,siding,exterior insulating finishing system ("EIFS")or any other material which may support a colony or permit hidden access to a structure is less than six(6) inches above ground level. This warranty does not cover structures constructed of EIFS and/or synthetic stucco. This warranty specifically excludes damages related to moisture,fungi,rodents and/or any other pests. TERiMITE BAIT SYSTEM. If Customer elects the bait system, Home Paramount will install and monitor termite bait stations. In some cases, the bait system may not control and/or eliminate the colony and feeding/structural damage may occur. All components of the system remain Home Paramount property. Upon termination of this Agreement, Home Paramount is authorized to retrieve the components from the property. If Home Paramount ceases to offer the bait system, it may offer alternative termite service and/or cancel this Agreement. Customer is responsible for ensuring the bait stations remain undisturbed. If the stations are disturbed, Home Paramount will replace the stations for an additional fee. Home Paramount will install and monitor termite bait stations during the term of this Agreement. In some cases, the bait system may not control and/or eliminate the colony and feeding/structural damage may occur. System components, including bait stations, remain Home Paramount property. Upon termination of this Agreement, Home Paramount is authorized to remove system components from the property. If Home Paramount ceases to offer the bait system, it may offer alternative termite service and/or cancel this Agreement. Customer will ensure the stations remain undisturbed. If the stations are disturbed, Home Paramount may replace the stations for an additional fee. ACCESS. Customer will provide Home Paramount reasonable access to the property and make any modifications necessary for inspection and/or service. Prior to service,the Customer must notify Home Paramount of any condition that may result in property damage,personal injury or impact environmental concerns. Customer is solely responsible for keeping people and animals away from treated areas,equipment and bait devices. Customer warrants full cooperation with Home Paramount during the term of this Agreement. LIMITATION OF DAMAGE DISCLOSURE. Home Paramount does not guarantee that damage disclosed represents all existing damage and/or infestations that may exist in either accessible or inaccessible areas. CONDUCIVE CONDITIONS. Customer shall maintain the property free from any condition contributing to infestation and/or limiting the effectiveness of treatment("conducive condition"). Conducive conditions include but are not limited to moisture,sanitation, structural problems and/or disturbance of treated areas. Customer shall make timely repairs/modifications to cure any conducive condition. Home Paramount's failure to alert Customer to conducive condition(s)does not alter Customer's duties under this Agreement. Customer's failure to eliminate conducive conditions voids Home Paramount's obligations and liabilities under this Agreement. ADDITIONS AND/OR ALTERATIONS. Customer agrees to notify Home Paramount in writing of any additions and/or alterations to the property. Any additions and/or alterations to the property may require additional service at the Customer's expense and/or may void this Agreement. Customer's duty to provide written notification is not discharged by oral representations made to Home Paramount representatives and/or implied notice or observations made during the course of an inspection or treatment. CHANGE IN LAW. This Agreement is made in accordance with existing federal, state and local rules and regulations. In the event of a change in existing law, rule and/or regulation as it pertains to the services herein, Home Paramount reserves the right to revise or terminate this Agreement. - S - vme Paramount` P.O. Box 850 Pest Control Forest Hill, Maryland 21050 The Leader Since 1939 Fax:410-638-1990 Palm Beach County Board of County Comm. Palm Beach County Finance Dept. Po Box 4036 West Palm Beach, FL 33402-4036 taverhar@pbcgob.orq 561-616-6824 Greater Orlando Aviation Authority Orlando International Airport Danny Mendez GOAA Airside 4 Orlando, FL 32827 dmendez@goaa.orq 407-825-2297 Palm Beach Board of Co Commissioner Maria Rigsby PO Box 4036 Palm Beach Co Finance Dept. West Palm Beach, FL 33402-4036 mriasbyobcgov.com _ 561-616-6839 Broward County Housing Authority Bill Sipala 4780 N State Road 7 Lauderdale Lakes, FL 33319-5860 bsipalana bchafl.org 954-547-7639 PM OTHER, Delaware I Virginia I Maryland I North Carolina I Pennsylvania I Virginia I West Virginia I District of Columbia www.homeparamount.com 11-888-888 HOME (4663) 414, 4.\t\Vbc:.rtktrir113i A.Vpcs7 iuwrrsrt\ttXri:se ayrrwN.ft\\tviitsv- 111 \t\vsiiwr.• / STATE OF STATE OF FLORIDA ;Department of grlL OF FLORIDALO Consumer berblfe5 N iDepartment of agriculture anb Consumer berbires BUREAU OF LICENSL iG AND EjNFORCEMENT .. BUREAU OF LICENSING AND ENFORCEMENT Date File No. Expires HOME PARAMOUNT PEST CONTROL COMPANIES INC December 15,2016 • JB203916 November 30,2017 + 6482 SE FEDERAL HWY THE PEST CONTROL,,FIRM NAMED BELOW HAS.REGISTERED PEST CONTROL FIRM UNDER THE PROVISIONS OF CHAPTER 482 FOR-THE PERIOD ?� JB203916 ' EXPIRING:November 30,2017 ` AT HAS PAID THE FEE REQI IRFR B`k CH.4PT4HA2 FOR THE PERIOD 5482 SE FEDERAL Hi-1( EXPIRING November30,2fft7I 'A i .- r;d; STUART,FL 34997 a �ri .tom f:- , t . 4� 1; il ' Fainigation • HOME PARAMOUNT PirSTCH_NTROL ;- COMPANIES INC General Household Pest and Cly- Signature ?O BOX 850 '' ;Rodent Control • \.... COMMISSIONER FOREST HILL,MD 21050 Lawn and Ornamental Termite and Other WDO Z Wallet Card - Fold Here Control P. BUREAU OF LICENSING&ENFORCEMENT 4DAUTNAM,COMMISSIONER 5 3125 CONNER BLVD,BLDG.8 TALLAHASSEE,FLORIDA 32399-1650 .- ///d!�ts.ILATSVIA F.W.A7tsA vir1 IXV.I.ARAP±rsa's \NVINAWAl4[sitmr4. ANAVl�f. rrAs %4:7‹:)121:,® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDYYYV) 9/26/2016 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 QEPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. PORTANT: 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). RODUCER CONTACT Nicole A Thomas 'ork Insurance Services Inc PHONE (A/C.No.Ext); (410)838-1851 (ac,No):(410)893-4187 (011 Rock Spring Road AIL ADDRe8s:nthomas@yorkinsuranceservices.com INSURER(S)AFFORDING COVERAGE NAIC# 'orest Hill ED 21050 INSURER AArch Insurance Co 11150 JSURED INSURERB:The Hartford 22357 tome Paramount Pest Control Company INSURER C '.011 Rock Spring Road INSURER D: ? 0 Box 850 INSURER E: Forest Hill MD 21050 INSURER F: :OVERAGES CERTIFICATE NUMBER:All lines 16/17 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. ISR i IADDLISUBRI TR 1 TYPE OF INSURANCE I INSD i WVD I POLICY NUMBER I IMM/LD Y/YEYW)JMMLOD/YWYI I LIMITS X COMMERCIAL GENERAL LIABILITY I 2,000,000 I EACH OCCURRENCE $ A CLAIMS-MADE X OCCUR PREMISES(DAMAGEOEu occuEDnce)RENTI$ 100,000 X Pollution Liability BPPKG0537203 10/1/2016 10/1/2017 MED EXP(Any one person) $ 10,000 X Pest Insp. Damage PERSONAL&ADVINJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 3,000,000 PRO X POLICY LOC JECT PRODUCTS-COMP/OPAGG $ 3,000,000 OTHE AUTOMOBILE LIABILITY Property damage-deductible 1$ COMBINED SINGLE LIMIT $ 2,000,000 —, (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED I SCHEDULED AUTOS -- AUTOS 30CSES31801 . - _ -_ 10/1/2016 10/1/2017 BODILY INJURY(Per accident)I$ X HIRED AUTOS X NON-OWNED ( - -..._. _.- _-- -- - - – --_. AUTOS PROPERTYDAMAGE -- (Per accident) Uninsured motorist combined $ X UMBRELLA LIAR OCCUR EACH OCCURRENCE I$ 5 000 000 A EXCESS LIAB 7 CLAIMS-MADE AGGREGATE I$ 5 000 000 DED X I RETENTIONS 01 ! BPFXS0007803 10/1/2016 10/1/2017 $ WORKERS COMPENSATION PER I AND EMPLOYERS'LIABILITY Y/N X STATUTE X ORH ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? I I N I A E.L.EACH ACCIDENT $ 1 000,000 B (Mandatory in NH) 30WNS31800 i 10/1/2016 10/1/2017 E.L.DISEASE-EA EMPLOYEE $ 1,000 000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1 000 000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE SAMPLE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN SAMPLE ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Nicole Thomas/NAT cD �Z�yA,.®-r„,c«_ ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025nm4mi Form W'9 Request for Taxpayer Give Form to the (Rev.December2014) Identification Number and Certification requester. Do not Department of the Treasury Internal Revenue Service send to the IRS. 1 Name(as shown on your income tax return).Name is required on this line:do not leave this line blank. Home Paramount Pest Control Company 2 Business name/disregarded entity name,if different from above c\i m Home Paramount Pest Control Company 0 0 3 Check appropriate box for federal tax classification;check only one of the following seven boxes: 4 Exemptions(codes apply only to ❑Individual/sole proprietor or ❑✓ C Corporation ❑ S Corporation ElPar nershi certain entities,not individuals;see a c single- member LLC P ❑Trust/estate instructions or,page 3): Z:0 ❑Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)I. Exempt payee code(if any) o � Note.For a single-member LLC that is disregarded,do not check LLC;check the appropriate box in the line above for Exemption from FATCA reporting mc the tax classification of the single-member owner. code(if any) a, U ❑Other(see instructions)► tAppriex is 3cccvxx mairrairaa outside the US) it 5 Address(number,street,and apt.or suite no.) Requester's name and address(optional) o a 2011 Rockspring Rd 6 City.state,and ZIP code a) ww Forest Hill,MD 21050 7 List account number(s)here(optional) =Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid 1 Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other - entities,it is your employer identification number(EIN).If you do not have a number,see How to get a T/N on page 3. or Note.If the account is in more than one name,see the instructions for line 1 and the chart on page 4 for f Employer identification number guidelines on whose number to enter. - 5 4 - 0 7 6 2 9 7 0 Part It Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. I am not subject to backup withholding-because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or d viderds,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. I am a U.S. citizen or other U.S. person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification, but you must provide your correct TIN.See the instructions on page 3. // ,i• / ; �HereSign Signature of (/,, / / `. if/Ij / C' fU.S.person► fL.L . 1LCaY_ Date► ` r General Instructions ` / •Foim 1098(home mortgage interest),1098-E(student loan interest),1098-T (tuition) Section references are to the Internal Revenue Code unless otherwise noted. •Form 1099-C(canceled debt) Future developments.Information about developments affecting Form W-9(such •Form 1099-A(acquisition or abandonment of secured property) as legislation enacted after we release it)is at www.irs.gov/fw9. Use Form V.1-9 only if you are a U.S.person(including a resident alien),to Purpose of Form provide your correct TIN. An individual or entity(Form W-9 requester)who is required to file en information If you do not return Form W-9 to the requester with a TIN,you might be subject return with the IRS must obtain your correct taxpayer identification number(TW) to backup withholding.See What is backup withholding?on page 2. which may be your social security number(SSN),individual taxpayer identification By signing the filled-out form,you: number(ITIN),adoption taxpayer identification number(ATIN),or employer identification number(EIN),to report on an information return the amount paid to 1.Certify that the TIN you are giving is correct(or you are waiting for a number you,or other amount reportable on an information return.Examples of information to be issued), returns include,but are not limited to,the following: 2.Certify that you are not subject to backup withholding,or •Form 1099-INT(interest earned or paid) 3.Claim exemption from backup withholding if you are a U.S.exempt payee.If •Form 1099-DIV(dividends,including those from stocks or mutual funds) applicable,you are also certifying that as a U.S.person,your allocable share of roceedsross •Form 1099-fvtlSC(various types of income,prizes,awards,cr any partnership income from a U.S.trade or business is not subject to the 9 proceeds) withholding tax on foreign partners'share of effectively connected income,and •Fonn 1099-B(stock or mutual fund sales and certain other transactions by 4.Certify that FATCA code(s)entered on this form(if any)indicating that you are brokers) exempt from the FATCA reporting,is correct.See What is FATCA reporting?on •Form 1099-S(proceeds from real estate transactions) page 2 for further information. •Form 1099-K(merchant card and third party network transactions) Cat.No.10231X Form W-9(Rev.12-2014) Detail by FEI/EIN Number Page 1 of 2 Ronda Department of State Dvis cv OF Cca,=ca„-;ONS Ilr .� org Department of State / Division of Coroorations / Search Records / Detafl By Document Number Detail by FE1/EIN Number Foreign Profit Corporation HOME PARAMOUNT PEST CONTROL COMPANY Filing Information Document Number F16000002320 FEI/EIN Number 54-0762970 Date Filed 05/19/2016 State MD Status ACTIVE Principal Address 2011 ROCK SPRING ROAD FOREST HILL, MD 21050 Changed: 03/29/2017 Mailing Address P.O. BOX 850 FOREST HILL, MD 21050 Changed: 03/29/2017 Registered Agent Name&Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Officer/Director Detail Name&Address Title P SONG, PATRICIA T 2011 ROCK SPRING ROAD FOREST HILL, MD 21050 Title S TILLEY, NANCY J 2011 ROCK SPRING ROAD FOREST HILL, MD 21050 Title T http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai l?inquirytype=FeiNu... 4/27/7(117 Detail by FEI/EIN Number Page 2 of 2 TILLEY, WALTER A,JR. 2011 ROCK SPRING ROAD FOREST HILL, MD 21050 Annual Reports Report Year Filed Date 2017 03/29/2017 Document Images 03/29/2017--ANNUAL REPORT' View image in PDF format 05,/19/2016—Foreion Profit I View image in PDF format I Ronda Cepartrn ert a.=Space,Civ;s..�_...,,r.,ra.i_,s http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inauirvtvne=FeiN„ 4/77/7/117 ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX " F" MIIAMIBEACH Insurance Requirements PEST CONTROL SERVICES 20-17-095-AK PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 TYPE 2-INSURANCE REQUIREMENTS A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than$1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than$1,000,000 per occurrence,and$2,000,000 general aggregate C. Automobile Liability Insurance covering 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. D. Umbrella Liability with limits no less than$5,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Contractor. Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VII, unless otherwise acceptable to the City of Miami BeachRisk M 1anegement Office. Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies,including endorsements required by these specifications,at any time. Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk,prior experience,insurer,coverage,or other special circumstances. Certificate Holder CITY OF MIAMI BEACH clo PROCUREMENT DEPARTMENT 1755 Meridian Avenue,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. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28,the Florida Constitution,and any other applicable Statutes.