Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
PSA with Artistic Holiday Designs
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ARTISTIC HOLIDAY DESIGNS FOR DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE, AND STORE HOLIDAY LIGHTING AND DECORATIONS, PURSUANT TO RFP 2017.0.77 -JC This Professional Services Agreement ("Agreement") is entered into this 31st day of October , 20i7 , between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 ("City"), and ARTISTIC HOLIDAY DESIGNS, LLC, whose address Is 2030 Parkes Drive, Broadview, IL 60155 ("Consultant"). Agreement: SECTION 1 DEFINITIONS This Agreement between the City and Consultant, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City, City Manager's Designee: The City staff member who is designated by the City Manager, to administer this Agreement on behalf of the City, The City Manager's designee shall be the Property Management Division Director, Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consultant performed or undertaken pursuant to the Agreement. Consultant Service Order: "Consultant Service Order" shall specifically describe and delineate the particular Services which will be required of Consultant for the Project that Is the subject of such order using Schedule "A" — Consultant Service Order Format, attached hereby and made part of this Agreement, Fee: Amount paid to the Consultant as compensation for Services, Proposal Documents: Proposal Documents shall mean City of Miaml Beach RFP No, 2017 -077 - JC for Design, Furnish, install, Maintain, Remove, and Store Holiday Lighting and Decorations, together with all amendments thereto, issued by the City in contemplation of this Agreement, RFP, and the Consultant's proposal in response thereto ("Proposal"), all of which are hereby Incorporated and made a part hereof; provided, however, that in the event 1 Risk Manager: of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the RFP; and the Proposal. The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305) 673-7000, Ext. 6435; and fax number (305) 673-7023. SECTION 2 SCOPE OF SERVICES 2.1 In consideration of the Fee to be paid to Consultant by the City, Consultant shall provide the work and services described in Exhibit "A" hereto (the "Services"). Although Consultant may be provided with a schedule of the available hours to provide its services, the City shall not control nor have the right to control the hours of the services performed by the Consultant; where the services are performed (although the City will provide Consultant with the appropriate location to perform the services); when the services are performed, including how many days a week the services are performed; how the services are performed, or any other aspect of the actual manner and means of accomplishing the services provided. Notwithstanding the foregoing, all services provided by the Consultant shall be to the reasonable satisfaction of the City Manager. If there are any questions regarding the services to be performed, Consultant should contact the following person: Property Management Division City of Miami Beach 1833 Bay Rd Miami Beach, FL 33139 Attn: Adrian Morales, Director Email: AdrianMorales(c�miamibeachfl.gov 2.2 Consultant's Services and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in the Consultant Service Order. Consultant Service Orders must include a detailed List of tasks, sub -tasks, and deliverables (Collectively the Scope) that are consistent with the work and services described in Appendix "C" of the RFP and Exhibit "A" of this agreement. 2.3 Consultant shall only commence any Services, or portions thereof, upon issuance of a Consultant Service Order executed by the City Manager or corresponding Department's Director pursuant to the requirements in section 4.2 of this agreement. For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not -to -exceed basis, based on the fee schedule set forth in Schedule "B" hereto. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 2 SECTION 3 TERM The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties hereto, and shall have an initial term of three (3) years, with two (2), one (1) year renewal options, to be exercised at the City Manager's sole option and discretion, by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, Consultant shall adhere to any specific timelines, schedules, dates, and/or performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit A hereto. SECTION 4 FEE In consideration of the Services to be provided, Consultant shall be compensated through individual Consultant Service Order(s) issued for a particular Project, on a "Fixed Fee" or "Not to Exceed" basis determined by the pricing established in Schedule "B" of this Agreement, or by lump sum for the project, not to exceed the pricing established in Schedule "B" of this Agreement. Notwithstanding the preceding, the total fee paid to Consultant pursuant to this Agreement shall be subject to funds availability approved through the City's budgeting process. 4.1 At the time of negotiation of each Consultant Service Order, City and Contractor will determine the tasks, sub -tasks, and deliverables applicable to the Project based on the list of Services, and the lump sum or not -to -exceed amounts associated with each Consultant Service Order. To the extent any of the Services involve fees or costs for which billing rates are not specified in Schedule "B," all such fees or costs must be specifically delineated in each Consultant Service Order and accepted by the City through execution of the Consultant Service Order, pursuant to section 4.2 of this agreement. Consultant shall not commence any Services or Additional Services unless approved in writing by the City Manager or the corresponding Department's Director. 4.2 The corresponding Department Director shall have the delegated authority to execute Consultant Service Orders up to an amount not -to -exceed $50,000.00. Any Consultant Service Orders in excess of $50,000.00 must be executed by the City Manager. Any Consultant Service Order not executed in accordance herewith shall be null and void. 4.3 Reimbursable Expenses are an allowance set aside by the City and shall include actual expenditures made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City in a Consultant Service Order. The Reimbursable Expenses allowance, as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Only approved travel - related expenses authorized by a Consultant Service Order will be reimbursed to the Consultant, in an amount not -to -exceed the agreed-upon amount reflected on the corresponding Consultant Service Order, and in accordance with City-wide Procedure OD. 20.01 (Travel on City Business), as may be updated by the City from time to time ("Reimbursable Expenses"). 3 Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/or additions. 4.4 Fee shall be paid annually under a phased payment for work completed approach, with an initial 50% partial payment, pursuant to Phase 1, upon acceptance of proposed project plans, and with written approval by Property Management Director; and, subsequently, the final 50% partial payment, pursuant to Phase 3, upon decor and lighting removal completion, and with written approval by the Property Management Director. 4.5 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable Division Finance Department City of Miami Beach 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular term(s) of this Agreement, and shill grant Consultant ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Consultant. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at 4 its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against Consultant. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY The city may also, through its city manager, and for its convenience and without cause, terminate the agreement at any time during the term by giving written notice to consultant of such termination; which shall become effective within thirty (30) days following receipt by the consultant of such notice. If the agreement is terminated for convenience by the city, consultant shall be paid for any services satisfactorily performed up to the date of termination; following which the city shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this agreement. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Consultant agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its officers, employees, agents, contractors, or any other personor entity acting under Consultant's control or supervision, in connection with, related to, or as a result of the Consultant's performance of the Services pursuant to this Agreement. To that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent (1%) of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 5 6.2 INSURANCE REQUIREMENTS The Consultant shall maintain and carry in full force during the Term, the following insurance: 1. Consultant General Liability, in the amount of $1,000,000; 2. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida; 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included; 4. Consultant Professional Liability, in the amount of $200,000. The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All of Consultant's certificates shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. The insurance certificates for General Liability shall include the City as an additional insured and shall contain a waiver of subrogation endorsement. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the Consultant specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The Consultant is also solely responsible for obtaining and submitting all insurance certificates for any sub -consultants. Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligations under this Section or under any other portion of this Agreement. The Consultant shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. 6.3 PERFORMANCE BOND AND PAYMENT BOND Contractor shall furnish a Performance Bond and a Payment Bond from an A -rated Financial Class V Surety Company, which may be annualized over the term of the Contract. Bond(s) shall be recorded in the public records of Miami -Dade County, and Contractor shall provide the City with evidence of such recording. A. Each Bond shall be in the amount of one hundred percent (100%) of the annual Contract value guaranteeing to the City the completion and performance of the work covered in such Contract, as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. 6 B. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement 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 Agreement, Consultant and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of the compensation/fee to be paid to the Consultant pursuant to this Agreement, less any amounts actually paid by the City as of the date of the alleged breach. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damages from any action for breach of contract to be limited to a maximum amount of the compensation/fee to be paid to the Consultant pursuant to this Agreement, less any amounts actually paid by the City as of the date of the alleged breach. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of the compensation/fee to be paid to the Consultant pursuant to this Agreement, less any amounts actually paid by the City as of the date of the alleged breach, for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 7 SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS; COPYRIGHT; AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the work and/or service contemplated herein, Consultant shall exercise that degree of skill, care, efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the work and/or services, Consultant shall comply with all applicable laws, ordinances, and regulations of the City, Miami -Dade County, the State of Florida, and the federal government, as applicable. 9.3 PATENT RIGHTS; COPYRIGHT; CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Consultant, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of the City, and shall not be subject to any application for copyright or patent by or on behalf of the Consultant or its employees or sub -consultants, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Consultant, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Consultant shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 [INTENTIONALLY DELETETD] 8 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Consultant shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Consultant shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NON-DISCRIMINATION In connection with the performance of the Services, the Consultant shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Consultant shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami -Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami -Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter and Code, as may be amended from time to time; both of which are incorporated by reference as if fully set forth herein. Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. Consultant further covenants that in the performance of this Agreement, Consultant shall not employ any person having any such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound 9 recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the Employer. (C) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Contractor" as defined in Section 119.0701(1)(a), the Consultant shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. (3) A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorney fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the 10 Consultant. (2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. (F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOMIAMIBEACHFLGOV PHONE: 305-673-7411 SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Consultant and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: ARTISTIC HOLIDAY DESIGNS, LLC 2030 Parkes Drive Broadview, IL 60155 Attn: Derek Norwood TO CITY: WITH A COPY TO: City Manager's Office City of Miami Beach 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 Attn: Jimmy L. Morales, City Manager City of Miami Beach, Property Management Division 1833 Bay Rd Miami Beach, FL 33139 Attn: Adrian Morales, Director 11 Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the date of an acknowledged receipt, or, in all other cases, on the date of receipt or refusal. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and Consultant agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 12 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BE ATTEST: By: Date: R fael Gra ado, City Clerk FOR CONSULTANT: ATTEST: By: JA a Print Name and Title Date: Phili 'yo r RI DA ORATEDNGOBP ,eb::RTIST16,H IDAY DESIGNS, LLC LQ1Az26.1 (IcrFrint Name and TitIePa661,N 13 APPROVED AS T( FORM & U\NGUIN & FOR LiECUr Dit Attorney Ave y Date EXHIBIT A SCOPE OF SERVICES The Contractor shall provide a comprehensive, turn -key approach to annual holiday lighting design, decorations, installation and storage, in an effort to enhance the City's major thoroughfares. This project includes, but is not limited to, designing, furnishing, installation, maintenance, delivery, removal and storage of lighting, decorations and displays, in support of the City's annual holiday program. Specifications: The Contractor shall work closely with. City of Miami Beach staff to ensure smooth and efficient project planning, staffing, communication updates, design and installation scheduling, through project completion, as required by the scope of services. Contractor shall provide all project labor, machinery, rentals, tools, travel, transportation, delivery, materials, equipment, supplies, permits, storage, and related incidentals necessary to meet, in its entirety, the RFP requirements. Contractor shall be responsible for ensuring it is in possession of all required City permits prior to commencement of work, and maintaining permits throughout the contract term. All costs associated with obtaining City and/or County permits shall be the responsibility of the Contractor. Preparations, Installation and Maintenance. 1. Preparations for holiday design implementation, electrical testing, site walk-throughs, measurements, and related planning shall begin no later than July 1 of each contract year. 2. A draft of the annual project plan shall be provided to the Property Management Director, by August 15, of each contract year. 3. Weekly status reports shall be provided by September 15, and shall continue until final removal of the decor and lighting installations. 4. Contractor shall provide to the City a final project plan including diagrams and decor/display schematics, depicting all proposed project corridors and related locations, by September 15, each year. 5. Project plan shall include an electrical service plan to reflect anticipated total power usage for all lights, displays, and related equipment to support the project as specified herein. 6. The City may allow the Contractor to utilize a designated staging area(s) in preparation of project -related shipments, materials, and machinery, at no additional cost to the Contractor. Designated staging area(s) must be determined and approved, in writing, by the Property Management Director. 7. Installations shall begin no later than October 1, and conclude no later than two (2) days prior to Thanksgiving Day, of each contract year. 8. Contractor maintains responsibility to remove and properly dispose of any leaves, branches, wiring or other debris produced as the result of the installation or maintenance of lighting, decor and related staging activities. 14 9. Lighting, decor and related materials shall remain fully operational and maintained in daily working condition from the installation phase through the removal phase. 10. Contractor shall be onsite and responsible for the coordination and execution of project logistics, crew management, installation, maintenance, removal and related services. 11. The City will provide power, where approved, to power sources and outlets in order to accomplish the project requirements. 12. The Contractor shall inspect and verify that all lighting and decor components are operational for all corridors, and shall resolve all holiday lighting outages within 24 hours of discovery, and/or notification of such outages by the City. 13. Power outages shall be reported to the Property Management Director immediately upon discovery. 14. All components and holiday decorations shall be routinely inspected in the same manner as the holiday lighting, and re -installed or replaced as required. 15. Non-functional lighting and/or displays shall be replaced within 24 hours of discovery, or upon notification by the City. 16. During the holiday season, daily inspections and maintenance is required to ensure proper functionality. 17. A summary of all inspections shall be provided to the Property Management Director, in writing, or verbally, within 24 hours of completion. The inspection summary shall highlight any deficiencies identified and specify any assistance required by the City to restore the areas to operational status, 18. Contractor shall have crew(s) trained and experienced in holiday lighting systems, available for daily maintenance and related services. 19. Employees must wear an identifiable, contrator-provided uniform while performing services on City property. 20. The Contractor shall have availability 24 -hours per day/7-days per week beginning in October through January, and shall provide the contact numbers to all project managers, electricians, supervisors and critical staff to the Property Management Director. 21. Contractor shall respond within three (3) hours, for non -emergency response, by being on-site of the designated area(s), upon notification by representative of the City of Miami Beach, or designated representative to have all project locations in operating order. 22. Contractor shall respond within one (1) hour for emergency -related requests from the City. 23. Contractor shall ensure that all holiday lighting, decorations and displays are functioning by 5:00 p.m. each day during the holiday season. 24. Contractor shall possess and maintain active Maintenance of Traffic (MOT) certification. Removal and Storage. 1. Removal shall commence on January 4th, immediately following the preceding holiday season, and must be completed by January 15th of each contract year. 2. Coordination of removal shall be coordinated between the Contractor and the City's Representative. 3. Contractor is responsible for storage of all related holiday lighting equipment, materials, tools, and related items. The City will not provide storage of these items, unless granted in writing by the City's project manager or designee, including any temporary storage for staging and installation purposes. 15 4. It will be the Contractor's responsibility to remove and properly dispose of any leaves, branches, wiring or other debris which might occur during the removal of lighting, displays, or decorations. Additional Locations, Deletions and Design Alterations. 1. The City may add or remove locations and/or alter design and product installation, as necessary, to accommodate the City's best interests. All changes shall be approved in writing, by the Property Management Director, and shall be dependent on approved budgetary funding. Protect Schedule. 1. The Contractor shall adhere to the following project schedule. Any changes to the project schedule must be approved in writing by the Property Management Director. Phase 1: Preparation, Site Visits, and Testings July Proposed Project Plan Due August 15 Weekly Status Reports Septemberl5-January 15 Final Plans Due for Approval September 15 Phase 2: Installation Begins September -October Installation Completion November (2 Days Prior to Thanksgiving) Phase 3: Decor and Lighting Removal January 4-15 16 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND ARTISTIC HOIDAY DESIGNS, LLC CONSULTANT SERVICE ORDER FORMAT Service Order No for Consulting Services. TO: DATE: 10/31/17 SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Project Name and No: Design, Furnish, Install, Maintain Remove, and Store Holiday Lighting and Decorations RFP 2017 -077 -JC Estimated alendar days to complete this work: Fee for this Service Order: 100 $ 197,458.69 The above fee is a Partial Payment V or an Upset Limit (check one), 10/31/17 Artistic Holiday Designs Date Property Management Director Date City Manager Date 17 days SCHEDULE B CONSULTANT COMPENSATION SCHEDULE I. LEASE TO OWN The City shall pay the consultant for the holiday decor on a 3 -year lease -to -own basis, as identified in Schedule B, Section IV, Annual Cost to the City. Commencing the 4th year, the City is offered a $1.00 buyout, whereby upon such payment by the City, full ownership of the holiday decor inventory is immediately transferred to the City. The decor items are further identified in the "Holiday Lighting Product Inventory List" attached herein. 11. LABOR The Consultant's labor cost is inclusive of delivery, installation, maintenance, storage, removal, insurance, and equipment. Labor cost is identified in Schedule B, Section IV, Annual Cost to the City. 111. METHOD OF PAYMENT: PHASED PAYMENTS FOR WORK COMPLETED The City shall provide partial payments for work completed by the Consultant during various phases of the work assignment. The Consultant shall provide fully documented invoices, which indicate, in addition to the basic information set forth below, the time and materials provided to the City user department(s) that requested the work through a purchase order. It shall be understood that such invoices shall not be authorized for payment until such time as a City representative has inspected and approved the completed phase of the work assignment. The percentage or component of completed work which corresponds to the acceptable payment schedule shall be as follows: a) 50% initial partial payment, pursuant to Phase 1, upon acceptance of proposed project plans, and with written approval by Property Management Director; and, b) 50% final partial payment, pursuant to Phase 3, upon decor and lighting removal completion, and with written approval by the Property Management Director. c) Project Schedule: Phase 1: Preparation & Testing Begins July Project Plans Due for Dept. Review August 15 *(50% INITIAL PAYMENT)* Weekly Status Reports September 15 -January 15 Final Plans Due for Approval September 15 Phase 2: Installation Begins September -October Installation Completion November (no later than 2 days prior to Thanksgiving) Phase 3: Decor and Lighting Removal Phase January 4-15 *(50% FINAL PAYMENT)* 18 IV. ANNUAL COST TO THE CITY Year 1 Product (3 year) Labor (each year) Grand total Totals $223,157.78 $171,759.60 $394,917.38 Year 2 Product (3 year) Labor (each year) Grand total Totals $223,157.78 $171,759.60 $394,917.38 Year 3 Product (3 year) Labor (each year) Grand total Totals $223,157.78 $171,759.60 $394,917.38 Year 4 Product Labor (each year) Grand total Totals $1.00 buyout $171,759.60 $171,760.60 Year 5 Product Labor (each year) Grand total Totals $0 $171,759.60 $171,759.60 19 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM RESOLUTION NO. 2017-29956 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2017 -077 -JC, TO DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE, AND STORE HOLIDAY LIGHTING AND DECORATIONS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ARTISTIC HOLIDAY DESIGNS, AS THE CITY MANAGER'S FIRST RECOMMENDED PROPOSER; AND FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH ARTISTIC HOLIDAY DESIGNS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION, WHEREAS, on February 8, 2017, the City Commission directed the Administration to issue a Request for Proposals (RFP) to Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations (the "REP"); and WHEREAS, the RFP was released on February 9, 2017, with an opening date of April 4, 2017; and WHEREAS, a voluntary pre -proposal conference was held on March 1, 2017; and WHEREAS, the RFP provided for a two-step, phased (Phase 1 and Phase II) evaluation process; and WHEREAS, the Phase I evaluation process related to the qualifications and experience of the proposers, and the key members of the project team; and WHEREAS, only those proposers short-listed during Phase 1 were authorized to proceed to Phase!! of the RFP, in which cost and detailed technical proposals would be considered; and WHEREAS, under Phase I, the City received proposals in response to the RFP from the following five (5) firms: Artistic Holiday Designs; Florida CDI, LLC / Christmas Designers; Jim Morrison Productions, Inc.; Plant Professionals, Inc.; and The Becker Group; and WHEREAS, two proposers (namely, Florida CDI, LLC / Christmas Designers, and Jim Morrison Productions, Inc.), were determined to be non-responsive to the RFP, and were accordingly not entitled to further consideration; and WHEREAS, on March 27, 2017, via LTC # 163-2017, the City Manager appointed the Evaluation Committee (the "Evaluation Committee"), which convened on April 20, 2017 to consider the proposals submitted under Phase I; and VVHEREAS, the Evaluation Committee's Phase I rankings were as follows: 1) Artistic Holiday Designs; 2) The Becker Group; and $) Plant Professionals, Inc.; and WHEREAS, on May 3, 2017, after reviewing the Phase 1 qualifications proposals and the Evaluation Committee's scores and rankings, the City Manager exercised his due diligence and recommended, pursuant to the RFP terms, that all proposers proceed to Phase II of the RFP evaluation process; and WHEREAS, on May 10, 2017, the Procurement Department issued Phase II of the RFP to the short-listed proposers; and WHEREAS, on May 15, 2017, a voluntary pre -proposal conference was held to provide information to the short-listed proposers pertaining to Phase II of the RFP; and WHEREAS, on June 15, 2017, the City received technical and cost proposals in response to Phase II of the RFP from the following two (2) firms: Artistic Holiday Designs, and The Becker Group; and WHEREAS, Plant Professionals, Inc., did not submit a Phase II proposal; and WHEREAS, the Evaluation Committee, appointed by the City Manager via LTC 4 163- 2017, convened on June 21, 2017 to consider the proposals received under Phase II; and WHEREAS, the EvalUation Committee's rankings for Phase 11 were as follows: 1) The Becker Group; and 2) Artistic Holiday Designs; and WHEREAS, the City Manager, conducted his due diligence, and considered the Phase I and Phase II proposals, Including each proposer's oral presentation before the Evaluation Committee; and WHEREAS, the City Manager, having further considered the commentary and deliberation of the Evaluation Committee with respect to the two proposals (as set forth in the Commission Memorandum attached and incorporated to this Resolution), and particularly the Evaluation Committee's consensus that Artistic Holiday Designs offered the City a superior qualifications, design and technical proposal, recommends, as being in the best interest of the City, that the Mayor and City Commission authorize the Administration to enter Into negotiations with Artistic Holiday Designs, as the City Manager's first recommended proposer. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission of the City of Mianii Beach, Florida hereby accept the recommendation of the City Manager, pursuant to Request for Proposals (RFP) No. 2017 -077 -JO, to design, furnish, install, maintain, remove, and store holiday lighting and decorations; authorize the Administration to enter into negotiations with Artistic Holiday Designs, as the City Manager's first recommended proposer; and further authorize the Mayor and City Clerk to execute an Agreement with Artistic Holiday Designs, upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this day of t( 2017. ATTEST: Ra ael Gra ado, Cit Cler 1:4 •/ 71.1............. St9 APPROVED AS TO 4#'' FORM & LANGUAGE .4, & FOR EXECUTION '7 .4 . Fl 2g Olty Attomy Lfe Date Resolutions - R7 AA • MIAMIBEACH: • COMMISSION MEMORANDUM TO; Honorable Mayor and Members of the City Commission FROM; Jimmy L. Morales, City Manager DATE; July 26, 2017 SUBJECT. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST POR PROPOSALS (RFP) NO. 2017 -077 - JC, TO DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE, AND STORE HOLIDAY LIGHTING AND DECORATIONS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ARTISTIC HOLIDAY DESIGNS, AS THE CITY MANAGER'S FIRST RECOMMENDED PROPOSER; AND FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH ARTISTIC HOLIDAY DESIGNS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THEADMINISTRATION. RECOMMENDATION Approve the Resolution, ANALYSIS The City of Miami Beach requested proposals from qualified firm(s) for a comprehensive, turn -key approach to annual holiday lighting design, installation, and maintenance, in an effort to enhance the City's major thoroughfares during the holiday season, promote tourism, and increase related holiday revenues. The City expects to retain a firm(s) that can meet the challenges of our dynamic, world- class destination, by providing an innovative and aesthetically robust holiday design service, capable of capturing the diverse holiday traditions celebrated within our iconic city. This project includes, but is not limited to, designing, planning, furnishing, delivery, maintenance, removal and storage of lighting, decorations and displays, in support of the City's annual holiday program. The selected firm(s) pursuant to the RFP will have the technical expertise, physical and financial resources to develop and implement the design, secure required permitting, accomplish project tasks, meet City deadlines, provide maintenance, and administration of related services to the City, RFP PROCESS — PHASE I On February 8, 2017, the City Commission directed the Administration to issue a Request for Proposals (Rrp) for design, furnish, install, maintain, remove, and store holiday lighting and decorations. The RFP was released on February 9, 2017, with an opening date of April 4, 2017. A pre -proposal conference to provide inforrnation to the proposers submitting a response was held on March 1, 2017, In accordance with Section 287;055, Florida Statutes, the RFP provides for a two-step, phased evaluation process. The Phase I selection process relates to the qualifications, experience and Page 1990 of 2495 availability of the proposers and key members of project team, including the design staff, electricians, installers, managers and manufacturing team. Oniy those Proposers short-listed during Phase I are authorized to proceed to Phase 11 of the RFP selection process, in which price and detailed technical proposals, based on RFP requirements, will be considered. Under Phase 1, the City received proposals in response to the RFP from the following five (5) firms: • Artistic Holiday Designs • Florida CD!, LLC /Christmas Designers • Jim Morrison Productions, Inc. • Plant Professionals, Inc. • The Becker Group On April 19, 2017, Florida CDI, LLC / Christmas Designers, and Jim Morrison Productions, Inc„ were both notified that their proposals failed to include the fully completed and executed Certification Form (Appendix A (pg. 21), Proposal Certification, Questionnaire & Requirements Affidavit) as stated in the REP, and, accordingly, were deemed non-responsive. On March 27, 2017 the City Manager appointed the Evaluation Committee via LTC 4 163-2017, The Committee convened on April 20, 2017 to consider proposals received under Phase I. The Committee was comprised of Tonya Daniels, Director, Office of Communications, City of Miami Beach; Rodolfo De Le Torre, Streets & Street Lighting Superintendent, Public Works, City of Miami Beach; Robin Jacobs, Resident Representative from 41st Street; Adrian Morales, Director, Property Management, City of Miami Beach; Margueritte Ramo, Resident Representative from North Beach; and Ivannia Van Arman, Executive Director, Lincoln Road Business Improvement District (LRBID). The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided general Information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the REP, The evaluation process resulted in the ranking of proposers as indicated in Attachment A, In the following order: 1st 2nd 3rd Artistic Holiday Designs The Becker Group Plant Professionals, Inc. On May 3, 2017, after reviewing all the qualifications of each firm and having considered the Evaluation Committee's comments and rankings, the City Manager approved for all firms submitting responsive proposals to be shortlisted for Phase II consideration, including: Artistic Holiday Designs; The Becker Group; and Plant Professionals, Inc, RFP PROCESS — PHASE 11 On May 10, 2017, the Procurement Department Issued Phase II of the RFP proOess to the short- listed proposers. A pre -proposal conference to provide information to the short-listed proposers' was held on May 15, 2017. On June 15, 2017, the City received proposals in response to Phase II of the RFP from the following short-listed proposers: • Artistic Holiday Designs • The Becker Group Page 1991 of 2495 Additionally, the City received Statement of "No Bid" from Plant Professionals, Ino„ wherein indicating "insufficient time to respond,' The Evaluation Committee, appointed by the City Manager via LTC # 163-2017, convened on June 21, 2017, to consider the technical proposals received under Phase 11. The Committee was comprised of Tanya Daniels, Director, Office of Communications, City of Miami Beach; Rodolfo De La Torre, Streets & Street Lighting Superintendent Public Works, City of Miami Beach; Robin. Jacobs, Resident Representative from 41st Street; Adrian Morales, Director, Property Management, City of Miami Beach; IVIargueritte Ramos, Resident Representative from North Beach; and Ivannia Van Arman, Executive Director, Lincoln Road Business Improvement District (LRB ID). The Committee was provided an overview of The project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, The Committee was also provided general information on the scope of Services, a copy of each proposal, and engaged in a question and answer session with each proposer, The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP for Phase IL The evaluation process resulted in the ranking of proposers 8s indicated in Attachment B, in the following order: 1st The Becker Group 2nd Artistic Holiday Designs The Becker Group According to the information provided by the firm, The Becker Group brings more than sixty (60) years of expertise and first-hand knowledge in designing, manufacturing, and installing holiday decor for clients across the glove. Some of their clients include the following, SeaWorld Florida, -ranger Outlets, Baltimore Washington Airport (BWI), and the Baja Mar Resort, Nassau, Bahamas. Their respective team includes a stable of production, procurement, operations, Installation, supervision, and project management personnel, The proposed team for this project depicts the manner in which The Becker Group intends to develop, manage, and communicate project progress, as well as its approach to status reporting and customer satisfaction. Some of the highlights of The Becker Group technical proposal, as articulated by the Evaluation Committee, Include: 0 The Becker Group can expedite project delivery, as all manufacturing and project production occurs in the US, • The Becker Group provided adequate operations planning In their proposal. • The Becker Group designs include some solar and wind operated decor. Artistic Holiday Designs According to the information provided by the firm, Artistic Holiday Designs brings a creatiVe and innovative approach to holiday decor for the City of Miami Beach, including dynamic interactive displays, different from the ordinary and more traditional holiday decor options often procured. Some of their clients include the following, Winter Wonderland in the Village of Rosemont, Illinois, Holiday Festival for Orland Park, Illinois, Canterbury City Centre In Kent, UK, Town of Golden Beach, Florida, Weston Town Center, Weston, Florida, and Niagara Falls, Ontario, Canada. Partnering with Leblanc Illuminations of Le Mans, France, Artistic Holiday Designs benefits from the resources of Leblanc to include 160 employees, 11 product and graphic designers, in-house manufacturing facilities, and a current presence in more than 40 countries worldwide. Some of the highlights of Artistic Floltday Designs technical proposal, as articulated by the Evaluation Committee, Include: Page 1992 of 2495 • A proposal that represents the unique and vibrant culture of the City, and would allow visitors to truly experience the spirit of the City of Miami Beach. ® Artistic Holiday Designs gave particular effort to understanding the City's available power supply in its proposal. • A proposal that thoroughly impressed with its design and creative elements, CONCLUSION Having conducted an Independent review of the proposals and having considered the results of the Evaluation Committee's Phase II review and rankings of proposals received, which resulted in Artistic Holiday Designs receiving unanimous top rariking for its design and technical proposal, I find that Artistic Holiday Designs has provided the best overall proposal for the City's consideration, The proposal submitted by Artistic Holiday Designs includes outstanding firm qualifications and past experience, iconic and world-class designs, and a superior proposal for design, fabrication, operating and maintaining holiday decorative lighting across the City. Additionally, it is important to note the Artistic Holiday Designs also received top ranking from the Evaluation Committee during Phase I review of qualifications, While, The Becker Group's proposal did result in overall top ranking, primarily because of its price, the Evaluation Committee did not find Its design and technical proposal as attractive as the proposal submitted by Artistic Holiday Designs. Becker's proposal is far more modest, covers less of the city, and does not satisfy the expectations set by the City Commission when it directed staff to obtain great holiday decorations. Artistic Holiday Designs is a design and project management firm specializing in turn -key holiday lighting and decor services across North America and parts of Europe. Artistic Holiday Designs has partnered with Leblanc Illuminations, a world-class international fabricator of high end decor and lighting installations, to propose an impressive array of decor and lighting options consistent with the international and world-class image of Miami Beach. From a qualifications perspective, Artistic Holiday Designs and its partner Leblanc Illuminations have an impressive record of high end projects across the globe, including Le Mans, France; Brussels, Belgium; Canterbury, England; and several locations across the United States. Artistic Holiday Designs Is the sole authorized dealer of Leblanc illuminations in the United States. In considering the designs proposed, the Evaluation Committee noted that only Artistic Holiday Designs has submitted a proposal that represents the unique and vibrant culture of the City, and would allow visitors to truly experience the spirit of the City of Miami Beach. While the cost proposal submitted by Artistic Holiday Designs is considerably more than the cost proposal submitted by The Becker Group, 1 believe that the qualifications and the design proposal, as well as the understanding of the technical requirements and complexities of the City's needs, demonstrated by Artistic Holiday Designs outweigh the cost savings that can be experienced by the proposal submitted by The Becker Group, Additionally, 1 believe that negotiations will result in reduced costs while maintaining the spirit of the world-class designs submitted by Artistic Holiday Designs. Furtherrnore, the City may also realize savings by paying up front for the initial costs of manufacturing the decorations with any available one-time funds, rather than amortizing the costs over the term of the contract. Therefore, in consideration of the above, 1 recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter Into negotiations with Artistic Holiday Designs, pursuant to Request for Proposals (RFP) No, 2017 -077 -JC for Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations; and further authorizes the Mayor and City Clerk to execute an agreement, upon successful negotiations, with Artistic Holiday Designs. KEY INTENDED OUTCOMES SUPPORTED Page 1993 of 2495 Enhance Beauty And Vibrancy Of Urban And Residential Neighborhoods; Focusing On Cleanliness, Historic Assets, In Select Neighborhoods And Redevelopment Areas FINANCIAL. INFORMATION Final project costs to be deterrnined. Legislative Tracking Property Management/Procurement ATTACHMENTS: Description D Attachment A Phase I Evaluation Committee Ranking D Attachment B Phase II Evaluation Committee Ranking Resolution Page 1994 of 2405 RFP 2017 -077 -JC, Phase I Evaluation Committee Scores and Ranking • . —RFP 20.1". ' ,. . .,,, .-.. : Ilbild6.11fAliff11,P,T., 1:-.. '..- '.• ., on- 10111.• -....Y00.1016,t••;,00 ......To Yk. . f)ari -..,... • - . - --. " „ .. '...,'1 -14- ,.. „.,,,, ... , "-- --- • .P-.•.Adelatv, . ,, _ ' ' - • . ---,, . .. ' .' ',21 ' ••...:,,, ..:.- , .,4 ,. ', ''. '' ' ' . *' .: ' -#6'r6tioilto, L :. ' ' ,,—;'-- 1V0,0Vati Atkilo Holiday Desi9n ,0 0 1 - • 00.00 -,1 96.00 • 100,00 .0 1 v, 6 TIle.130cloi' Orijup 9Q.00 2 , , 75 003 ' 3 93,00 2 88A)0 2 80,00 , 11 2 Plant Prcfesalonals, Inc. 70,00 3 82,00 2 88.00 -- 76.00. 3 76,00 ii 14 Page 1995 of 2495 RFP 2017 -077 -JC, Phase 11 Evaluation Committee Scores and Ranking 11193 '2017477:,..1q H, , . ,,,oi t �; PC, . • -, ott 41L1I17 Totrya Dortiols 4f9t�4BR�t±iia 1�6bir .loo,obs e g Ah146 Marfiles 2 I/fargool'1116 (£ulnas 74.00 ,. w 2 1vsnHCa.Van prhien 68,00 = 2 Itutly1 LA tette 71.00 A,0908 119118ayaosla88.„ _ 2 ow j2tgYetafo 2 ata 12 tlstlo Hol(da Des!. s 71.00 2 73.00 2 ;4•00 The Booker GroLl. 86.00 1 ' 91,60 1 93.00 1 64;00 1 90,00 1 76.00 1. 6 VS N 1Fh AO"441ht'n V.'1'1F'.c '.r. 4f9t�4BR�t±iia 'PM* R.S':,,✓ !(R'74`tkJ.�'+',i,§': HYao r 0081 f0008.1 9axIoUm Po0119 ,.., Nal Polaki0000 Id _ T1laa4okar won $1,893,71800' '00 aQ A,0908 119118ayaosla88.„ _ $8x100,407:80 -30 a Page 1996 of 2495 ATTACHMENT B REQUEST FOR PROPOSALS (RFP) AND ADDENDUMS REQUEST FOR PROPOSALS (RFP) RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations RFP ISSUANCE DATE: FEBRUARY 9, 2017 PROPOSALS DUE: MARCH 27, 2017 @ 3:00 PM ISSUED BY: MIAMIBEACH JASON CROUCH, PROCUREMENT CONTRACTING OFFICER 11 DEPARTMENT OF PROCUREMENT MANAGEMENT 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x6694 1 Fax: 786.373. 6694 1 jasoncrouch@miamibeachfl.gov TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS 3 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 13 0400 PROPOSAL EVALUATION 17 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 20 APPENDIX B "NO PROPOSAL" FORM 27 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 29 APPENDIX D SPECIAL CONDITIONS 34 APPENDIX E COST TENDER FORM 36 APPENDIX F INSURANCE REQUIREMENTS 39 APPENDIX G AGREEMENT 41 2 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting SECTION 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) 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 "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]") if this RFP results in an award, The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. By means of this RFP, the City of Miami Beach seeks to contract with a qualified firm(s) for a comprehensive, turn- key approach to annual holiday lighting design, decorations, installation and storage, in an effort to enhance the City's major thoroughfares. The City expects to retain a firm(s) that can meet the challenges of a dynamic, world- class city, by providing reliable and expedient response times to meet project deadlines, staff requests, and outstanding service delivery. This project includes, but is not limited to, designing, furnishing, installation, maintenance, delivery, removal and storage of lighting, decorations and displays, in support of the City's annual holiday program. Proposals received pursuant to this RFP will be evaluated in a two -phased process (Phase I and Phase II) in accordance with Section 0400. Phase I will consider proposer qualifications. Phase 11 will consider design and technical proposal, maintenance and operations plan, and cost proposal 3. ANTICIPATED RFP TIMETABLE. The tentative schedule for this solicitation is as follows: RFP Issued FEBRUARY 9, 2017 Pre -Proposal Meeting MARCH 1, 2017 AT 11:00 AM Deadline for Receipt of Questions MARCH 13, 2017 AT 5:00 PM Responses Due MARCH 27, 2017 AT 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations June 7, 2017 Contract Negotiations Following Commission Approval Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone; Email: Jason Crouch 305-673-7000 x6694 jasoncrouchtmiamibeachfl.gov The proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date proposals are due as scheduled in Section 0200- 3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. Balance of Pape Infentionally Left Blank 4 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 5. PRE.PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre -proposal meeting or site visit(s) may be scheduled. A Pre -PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 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 -Proposal 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: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE.PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre - submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation, Addendum will be released through PublicPurchase, Any prospective proposer who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE, This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code, Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, Including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk atrafaelgranado@miamibeachfl.gov 5 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 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 • PROTEST PROCEDURES • DEBARMENT PROCEEDINGS • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES • CAMPAIGN CONTRIBUTIONS BY VENDORS • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE -CERTIFIED SERVICE - DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE • ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTION 2486 CITY CODE SECTION 2-371 CITY CODE SECTIONS 2-397 THROUGH 2-485.3 CITY CODE SECTIONS 2-481 THROUGH 2-406 CITY CODE SECTION 2-487 CITY CODE SECTION 2-488 CITY CODE SECTION 2-373 CITY CODE SECTIONS 2407 THROUGH 2-410 CITY CODE SECTION 2-374 CITY CODE SECTION 70-300 CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub -contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all 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 responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No,2000-23879, the Proposer shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its 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. 6 `; Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 14. AMERICANS WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PubiicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. Omitted Intentionally 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer 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 responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such proposals 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. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation may be citywide or by corridor(s), as deemed by the City Manager to be in the best interest of the City. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 7 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 20. NEGOTIATIONS, Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 21. Postponement/Cancellation/Acceptance/Refection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re -advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one -hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY, Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract, Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS, All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it, 8 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 26. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS & ROYALTIES. Proposer 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 Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31, MANNER OF PERFORMANCE. Proposer 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. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer 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. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer 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 Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor 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 contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it 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. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 9 ! Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 34. DEMONSTRATION OF COMPETENCY, The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that 'sin the best interest of the City, including: A. Pre -award inspection of the Proposers facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation, C. Proposers 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 solicitation. 0, 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 Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require. Proposer s 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. 35. ASSIGNMENT. The successful Proposer 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. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer (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. 38. 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. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Proposer's proposal in response to the solicitation. 10 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 40. INDEMNIFICATION. The Proposer 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 contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor 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 Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor 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. 41. 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. 42. FLORIDA PUBLIC RECORDS LAW. Proposers 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 proposals, 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. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. 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. 1 1 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 45. MODIFICATION/WITHDRAWALS OF PROPOSALS, A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 46, EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). 47. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 48. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process, unless otherwise noted herein. 49. 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. Balance of Page Intentionally Left Blank 12 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original 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 proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Proposals are to be received on or before the due date established herein for the receipt of Proposals. Any Proposal 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. 3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non- responsive and will not be considered. 4. PHASE I RESPONSE FORMAT (QUALIFICATIONS PROPOSALS). Proposers should take caution to include all the information requested to be included in each Tab of its proposals. Proposals that do not include the requested information or that are not organized in the manner requested, may be deemed non-responsive and may not be considered: Cover Letter & Minimum Qualifications Requirements • Cover Page, Letter, and Table of Contents. The cover letter must indicate Prime Proposer and be signed by same. Organizational Chart. Provide an Organizational Chart indicating the role of the Prime Proposer, each Key Team Member Firm and the Key Project Personnel. At a minimum, the Key Project Personnel identified in Tab 4 must be included in the organizational chart. Minimum Requirements: Submit verifiable information documenting compliance with the Minimum Requirements in Appendix C, Page 29, of the RFP. TAB 2 Qualifications of Prime Proposer Organizational Narrative. Submit an organizational narrative indicating, at a minimum, the following: a. Company Information. Provide background information, including company history/organizational structure, years in business, primary products/services, number of employees, and any other information communicating organizational capabilities and experience. b. Organizational Leadership. Indicate proprietorship, principals and top administrative leadership. Describe to the extent any of these will be involved in the project. Similar Experience and References. Provide a summary of at least three (3) projects, in progress or completed within the fast five (5) years, in process or completed within the Projects which documents expertise, competence, capability, and capacity in, and record producing quality work on projects of comparable size and scope to the Project. For each project include: a. Project name and location 13 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting b. Project description and scope c. Project cost d. Contract method e, Company's role (prime contractor, sub -contractor, etc.) f. The names of the key project managers highlighting any individuals who will be engaged on this project. 3. Financial Capacity. Prime Proposer shall submit, upon request of the City, a letter stating its Bonding Capacity from an A -rated Financial Class V Surety Company. TAB 3 Qualifications of Key Project Personnel Qualifications of Key Project Personnel: For each key project personnel included in the organizational chart (for both prime proposer and team member firms) provide role in the project, job descriptions, years of experience, area of expertise, resumes, and three (3) prior client references within the last five (5) years. The information shall include. 1. Key Project Personnel (at a minimum) shall include: a. Primary Project Manager b. Secondary Project Manager c. Lead Designer d. Electrician(s) e. Operations Manager f. Maintenance Manager 2 Certifications and Licenses. individual member(s) of the team should have the following certifications. Identify the personnel possessing the certifications and provide a copy of certificate(s) and license(s). a. Florida Department of Transportation Maintenance of Traffic (MOT) Course certificate, b. Valid State Electrical License (e.g., Electrical Contractor, Electrical Sign Contractor, Utility Electrical Contractor, Sign Electrician, Maintenance Electrician) Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub -consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years and Dun and Bradstreet reports). Balance of Page Intentionally Left Blank 14 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 5. PHASE II RESPONSE FORMAT (TECHNICAL PROPOSALS), Proposers should take caution to include all the information requested to be included in each Tab of its proposals. Proposals that do not include the requested information or that are not organized in the manner requested, may be deemed non-responsive and may not be considered. TAB 1 Technical Proposal for Project The Technical Proposal shall document team's approach and understanding of the project, major design elements, materials and methods. The Technical Proposal shall be developed using narratives, tables, charts, plots, drawings and conceptual sketches as appropriate. The technical proposal shall be in sufficient detail to allow the City to evaluate its compliance with City of Miami Beach RFP requirements contained herein. At a minimum, include the following: 1. Design. Propose a specific design(s) for each Corridor Area (High Profile Corridors and Key Corridors), as identified in Appendix C, page 34. Additionally, for each area include the following information: a. Design plans (include holiday theme(s) and comprehensive design overview). b. Street level schematics. c. Details of decorations and displays within the respective corridor(s), including dimensions and total quantity count. d. Details of illumination, identifying City power source(s) and structures utilized (e.g., light poles, trees, alternate fixed structures) to achieve the lighting portion of the project task(s). e. Maximum installed height of vertical lighting, displays, and decorations. 2. Detailed Project Scope of Work and Deliverables. a. Enumerate the specific tasks and duties to be performed by the Prime Proposer, and its sub -consultants and sub -contractors. b. Describe the Prime Proposer's and Proposing Team's approach to efficiently coordinate the design, management, operation, and maintenance of all project elements in accordance with the Technical Requirements of the RFP. c. Describe plan to integrate sustainable (environmentally preferable products, design and installation into project delivery. d. Describe Prime Proposer's and Proposing Team's general approach to integrating the City and identified stakeholders in the various phases of the Project. 3. Outcomes and Performance Standards. a. Specify the schedules, outcome targets, minimal performance standards expectations, and methods for monitoring performance and process for implementing corrective actions throughout the duration of the project. b. Provide information identifying how the Prime Proposer and Proposing Team will incorporate innovative and aesthetic design and other techniques in the Project through the lifecycle of the Project. c. Describe Prime Proposer's and Proposing Team's general approach to traffic management, utility identification and relocation, if required, access during installation and maintenance, pedestrian and parking accommodation, logistics, and community outreach to mitigate disruption. 4. Schedule. Provide a detailed project phasing plan and schedule indicating the timeline for each phase of the Project in terms of months from date of notice to proceed. 5. Quality Control and Risk Mitigation. a, Describe approach to effectively manage all aspects of the Contract in a quality, timely, and effective manner and integrate the different parts of the project organization with the City of Miami Beach in a cohesive and seamless manner. b. Describe potential risks and risk mitigation plan. 15 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting TAB 2 Operations and Maintenance Plan The purpose of the Operations and Maintenance Plan is to ensure the project is fully functional and performs optimally until from installation through removal phases, Provide detailed responses as to how the optimal project performance will be maintained. Provide at a minimum: a. Monitoring and managing implementation schedules. b. Ongoing training and continuous improvement. c. Staffing plans. d. Preventive maintenance (procedures and schedules). e. Trouble shooting and corrective maintenance (repair requirements), f. Availability of parts and supplies. g. Performance monitoring and metrics, including periodic reports to the City. h, Storage capacity and location of storage facility. Guaranteed Maximum Price (To Be Submitted in a Sealed Envelope) Actual Cost Tender Form shall be provided to short-listed firms at the conclusion of Phase I Evaluation. Balance of Page Intentionally Left Blank 16 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting SECTION 0400 PROPOSAL EVALUATION The Evaluation Process will be conducted in two (2) phases. PHASE 1 EVALUATION PROCESS 1, Two Step Evaluation. The evaluation of responsive proposals in Phase 1 will proceed in a two- step process. The first step (Step 1) will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step (Step 2) will consist of quantitative criteria established below to be added to the first step scores by the Procurement Department. 2, Phase I / Step 1 Evaluation (100 Points). An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. In doing so, the Evaluation Committee may: • review and score all proposals received, with or without conducting interview sessions; or • review all proposals received and shortlist one or more Proposers to be further considered during subsequent interview session(s) (using the same criteria). Proposers will be evaluated on the following Weighted Criteria: Criteria Description Points Qualifications of Prime Proposer 50 Qualifications of Key Pro'ect Personnel Maximum Points 50 100 3. Phase 1 / Step 2 Evaluation (10 Points). Following the results of Step 1 Evaluation Qualitative criteria, the proposers may receive additional points to be added by the Procurement Department to those points earned in Step 1, as follows. Veterans and State -Certified Service -Disabled Veteran Business Enterprise (5 points) • Prime Proposer Volume of Work (0-5 Points). Points awarded to the proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than $250,000 5 $250,000.01 - $2,000,000 3 Greater than $2,000,000 0 4. Determination of Phase 1 & II Ranking. Numeric scores assigned in Phase I, Steps 1 and 2, will be converted to rankings in accordance with the following example: 17 r Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting Committee ' Member 1 Step 1 Points Proposer A 82 Proposer B 76 Proposer C 80 Step 2 Points 0 5 0 Total 82 81 80 Rank 1 2 3 Committee Member 2 Step 1 Points 90 86 Step 2 Points 0 5 0 Total 90 1 Rank 2 1 Committee Member 2 Low Aggregate Phase Step 1 Points 78 74 80 Step 2 Points 0 5 0 Total 78 79 80 Rank. Score _ 1 Ranking 2 _ 5 1 7 3 5. Determination of Short-listed Proposers. If all responsive proposals received are determined by City Manager to be qualified for Phase II, Phase 11 may proceed without interruption or additional approvals following Phase 1. Otherwise, the City Manager may submit a recommendation to the City Commission to short-list one or more proposers at the conclusion of the Phase 1 evaluation. Following City Manager or City Commission approval of short-listed proposers pursuant to Phase 1 of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare Phase II submittals for the Project. a. Following Phase 1 short -listing and prior to receipt of proposals pursuant to Phase 11, the City may issue further information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the aforementioned reports, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase 11 proposals. b. Additionally, the City may conduct a pre -submittal conference with short-listed proposer to facilitate project understanding and consider any project specific questions from the short- listed proposers. Phase 11 proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase II Evaluation, 8 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting PHASE II EVALUATION PROCESS The Phase II evaluation process shall be completed by a Technical Review Committee, appointed by the City Manager, who may be different than the Evaluation Committee, who shall meet to evaluate each short-listed response and technical package in accordance with the criteria established below. In doing so, the Evaluation Committee will: a. Interview short-listed proposers, if deemed necessary. b. Receive input from a Technical Review by City Staff, and other City advisors. c. Score proposers utilizing the Evaluation Criteria. Proposers will be evaluated on the following criteria (100 maximum possible points): Criteria Description Points Design and Technical Proposals 35 Operations and Maintenance Plan 35 Guaranteed Maximum Price* Maximum Points 30 100 * Sealed Cost Proposals will be opened at the conclusion of the review of Design and Technical Proposals by the Evaluation Committee. Each proposed GMP shall be scored as follows: Sample Objective Formula for Cost Vendor Lump Sum Price Example Maximum Allowable Points points noted are for illustrative purposes only. Actual points are noted above.) Formula for Calculating Points (lowest cost 1 cost of proposal being evaluated X maximum allowable points = awarded points) Round to Total Points Awarded Vendor A $100.00 20 $100 / $100 X 20 = 20 • 20 Vendor B $150.00. 20 $1001$150 X 20 =13 13 Vendor C $200.00 20 $1001$200 X 20 =10 10 Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. 19 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting APPENDIX A M AM BEACH Proposal Certification, Questionnaire & Requirements Affidavit RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorafions PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 20 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting Solicitation No: RFP 2017 -077 -JC Solicitation Title; Design, Furnish, install, Maintain, Remove, and Store Holiday Lighting and Decorations Procurement Contact: JASON CROUCH Tel: 305-673-7000 X6694 Email: jasoncrouch@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. The City r 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. FIRM NAME: 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.: 21 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 1. Veteran Owned Business. Is Pro oser claiming a vet YES an owned business status? 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. 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 3. 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. 4. 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 an ublic sector agency? �� YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, In the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub -consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. 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 Department of Procurement Management 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.mlamibeachfl.gov/procurement/. 22 Request for Proposals (RFP) 201 7 -077 -JC Holiday Lighting 7. Living Wage, Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13 (October 1, 2012), the hourly living rate will be $11,23/hr with health benefits, and $12.92/hr without benefits, The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI -U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.mianiibeachfl.gov/procurement/, SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8, Equal Benefits for Employees with Spouses and Employees with Domestic Partners, When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the 'other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit 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/procurement/. 23 Request for Proposals (RFP) 201 7 -077 -JC Holiday Lighting 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. 10. 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. 11. 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. 12. 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. 13. 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. If a 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 dditional confirmation of addendum is required. submit under separate cover. 24 Request for Proposals (RFP) 201 7 -077 -JC Holiday Lighting DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipients 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 applicants affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own Investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government -in -the -Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained In the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 25 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 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 FLORIDA On this day of , 20 , personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: 2b ;` Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting APPENDIX B MIAM BEACH "No Proposal" Form RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Ave, 3rd Floor Miami Beach, Florida 33139 ' Note. It is important for those vendors who have received notification of this so. ficitation but have decided not to respond, to corrIplete and subniit theattached "'Statement of No Proposal.'" The "Statement of No Proposal" provides the City with information on how to improve, the y I, i solicitation process. Failure to sulc)rnit a "'Statement of No Proposal" may l result in not being notified of future solicitations by the City.‘ 27 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting Statement of No Proposal 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: Jason Crouch PROPOSAL #2017 -077 -JC 1755 Meridian Ave, 3rd Floor MIAMI BEACH, FL 33139 28 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting APPENDIX C M AM BEACH Minimum Requirements & Specifications RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 29 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Proposer (defined as the Firm) shall have minimum of three (3) references for commercial and/or governmental holiday lighting installation and decoration services within the last ten (10) years. Required Submittals: For each reference submitted (minimum of 3), the following information is required: 1) Client Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email, 6) Narrative on Scope of Services provided, and project budget, 7) Contract years. C2. Statement of Work Required. The City of Miami Beach is seeking a qualified firm(s) for a comprehensive, turn -key approach to seasonal Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations, in an effort to enhance the City's major thoroughfares, promote tourism, and increase related holiday revenues. The City expects to retain a Firm that can meet the challenges of a dynamic, world-class city capable of providing reliable and expedient response times to meet project deadlines, staff requests, and outstanding service delivery. In addition, the awarded Firm shall be able to provide technical assistance and maintain industry best practices throughout the project. This project includes, but is not limited to, the planning, development, design, fabrication, furnish, delivery and installation of lighting, decorations, displays, and project management, as well as post -project removal and storage, in support of the City's annual holiday program. Proposals received pursuant to this RFP will be evaluated in a two -phased process. C3. Specifications General. The successful Firm shall work closely with City of Miami Beach staff to meet the requirements and project deadlines of this RFP. Successful Firm shall ensure smooth and efficient project planning, staffing, communication updates, design and installation scheduling, through project completion, as required by the scope of services herein contained. Proposers shall include in their offer all required project labor, machinery, rentals, tools, travel, transportation, delivery, materials, equipment, supplies, permits, and related incidentals necessary to meet, in its entirety, the RFP requirements specified herein. Firm shall be responsible for ensuring it is in possession of all required City permits prior to commencement of work, and maintaining permits throughout the contract award, as required. All costs associated with obtaining required permits shall be the responsibility of 0 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting. the awarded Proposer(s). Design and Furnish. 1. The City is seeking a holiday lighting and decorations, design proposal that will accentuate the City's image as a vibrant, culturally diverse, historic community, and world-class tourist destination. 2. Proposer(s) may choose to submit custom designed and fabricated lighting, decorations, and holiday displays as part of their proposal. 3. Custom-designed materials, displays, and decorations are not required in order to submit a proposal. 4. The City encourages elaborate design(s) for primary entrances to the City, as identified 5. The City encourages Proposer creativity in an effort to capture and achieve the above themes present in our iconic city. The City recognizes this may be accomplished through various means of design expression. 6. The City shall evaluate any and all design(s) submitted, ultimately determining the design(s) that represents the best interests of the City, in accordance with the requirements of this RFP. Preparations, Installation and Maintenance. 1. Preparations for same -season holiday design implementation, electrical testing, preliminary walk-throughs, measurements, and related logistics shall begin no later than July 31 of each contract year. 2. A detailed project implementation plan shall be provided to City staff by August 15 of each contract year. 3. Weekly status reports will be required after September 15 and continuing until final installation is approved by the City's project manager. 4. Successful Proposer shall provide to the City a final diagram and schematics depicting all project corridors and locations by September 15 each year. 5. Proposal shall include an electrical service plan to reflect anticipated total power usage for all lights, displays, and related equipment to support the project as specified herein. 6. Installations shall begin no later than October 1, and conclude no later than two (2) days prior to Thanksgiving Day of each contract year. 7. All designated areas must be fully functional by the Wednesday before Thanksgiving Day. 8. It will be the contractor's responsibility to remove and properly dispose of any leaves, branches, wiring or other debris which might occur during the installation or maintenance of lighting, displays, or decorations. 9. Lighting, displays, decorations and related materials shall remain fully operational and in excellent aesthetic condition throughout the holiday season. 10. Contractor shall be on site and responsible for the coordination and execution of project installation and related services, including the City's Annual Christmas Tree and Holiday Lighting event, if scheduled by the City. 11. The City will provide power, where approved, to power sources and outlets in order to accomplish the requirements of the RFP. 31 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 12. The contractor shall inspect and verify that all lighting and components is operational with daily checks and reports on all corridors, 13. Power outages shall be reported to Property Management upon discovery. 14. All components and holiday decorations shall be inspected in the same manner as the lighting, and re -installed or replaced as required. 15. Non-functional lighting and/or displays shall be replaced within twenty-four (24) hours of discovery, or upon notification by City staff. 16. During the holiday season, daily evening inspections and maintenance is required to ensure proper functionality. 17. At no time, unless granted by written approval of the City's project manager or designee, may City trash receptacles be used for disposal of such items. 18. A summary of the previous evening's inspection shall be provided to the Property Management Director, or designee, in writing the following day, prior to 10:00 A.M. The inspection summary shall highlight any deficiencies identified the previous evening and specify any assistance required by the City to restore the areas to operational status. 19. Contractor shall have crew(s) trained and experienced in holiday lighting systems, available for daily maintenance and related services. 20. Employees must wear an identifiable, contrator-supplied uniform while performing related project services on City property. 21. The Contractor shall have availability 24 -hours per day/7-days per week. 22. Contractor shall respond within two (2) hours, for non -emergency response, by being on-site of the designated area(s), upon notification by representative of the City of Miami Beach, or designated representative to have all project locations in operating order. 23. Contractor shall ensure that all holiday lighting, decorations and displays are functioning by 5:00 p.m. each day during the holiday season. 24. Contractor shall possess and maintain active Maintenance of Traffic (MOT) certification. Removal and Storage. 1. Removal shall commence on January 4th, immediately following the preceding holiday season, and must be completed by January 15th of each contract year. 2. Coordination of removal shall be coordinated between the Contractor and the City's Representative. 3 Contractor is responsible for storage of all related holiday lighting equipment, materials, tools, and related items. The City will not provide storage of these items, unless granted in writing by the City's project manager or designee, including any temporary storage for staging and installation purposes. 4. It will be the contractor's responsibility to remove and properly dispose of any leaves, branches, wiring or other debris which might occur during the removal of lighting, displays, or decorations. 2 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting Project Timeline. Phase 1: Preparation & Testing Begins July 31 Project Plan Due August 15 Weekly Status Reports Begin September 15 Final Diagrams Due September 15 Phase 2: Installation Begins October 1 Installation Completion November 21 Phase 3: Removal Phase January 4-15 Proposed Corridors. The below locations represent current, high profile, and/or proposed locations for holiday lighting and displays. The City is open to possibly expanding this list for the purposes of proposal creativity. However, for the purposes of this RFP, the proposed locations below should serve as a baseline for proposal design, and should all be included as such in each proposal submitted. The City may add or remove locations dependent on budgetary funding. Special attention must be given to the holiday design of High Profile Corridors (Items 1-6) in an effort to accentuate the City's major entrance points. I. High Profile Corridors: 1. 41st Street Julia Tuttle entrance sign 2. 41st Street from Alton Rd to Indian Creek 3. Lincoln Rd 4. Police Station 5. Historic City Hall 6. City Hall Campus (1700 Convention Center Drive) IL Key Corridors: 7. Alton Rd from 5th Street to 41st Street 8. Sunset Harbor Garage 9. Anchor Garage 10. Espanola Way from Washington Ave to Pennsylvania Ave 11. Washington Ave from 5th Street to Dade Blvd 12: Ocean Drive from 5th Street to 16th Street (includes Lummus Park) 13. 59th Street median 14. Collins Ave between 65th Street and 76th Street 15. 5th Street Lenox to Center Median (Lenox -Washington) 16. 71st Street (Bay Drive E to Bay Drive W) 17. 71st Street Normandy fountain and entrance sign 18. Normandy Drive (Bay Drive E to Bay Drive W) 19. Collins Park 20. 87th Street 21. 5th Street South Washington Ave 22. 5th Street South Alton Rd Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting *walmloommognosr APPENDIX D MIAM BEACI-0 Special Conditions RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 34 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting 1. TERM OF CONTRACT. The contract will have an initial term of three (3) years. 2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for two (2) additional one (1) year periods subject to the availability of funds for succeeding fiscal years. 3. PRICES SHALL BE FIXED AND FIRM. All prices quoted in the awardee's Proposal submittal shall remain firm and fixed, unless amended in writing by the City. 3.1 COST ESCALATION, Prices must be held firm during the initial term of the agreement. During the renewal term, the City may consider prices increases not to increase the applicable Bureau of Labor Statistics (www.bls.gov) CPI -U index or 3%, whichever is less. The City may also consider increases based on mandated Living Wage increases, In considering cost escalation due to Living Wage increases, the City will only consider the direct costs related to Living Wage increases, exclusive of overhead, profit or any other related cost. Balance of Pape Intentionally Left Blank 35 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting APPENDIX E M AM BEACH Cost Tender Form Actual Cost Tender Form shall be provided to short-listed firms at the conclusion of Phase I Evaluation. RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 6 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting Section 1— Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS (RFP) No. 2017 -077 -JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE, AND STORE HOLIDAY LIGHTING AND DECORATIONS The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus alternates, if any, provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form, the Proposer agrees that the total base proposal shall govern. In the event of a discrepancy between the numerical total base proposal and the written total base proposal, the written total base proposal shall govern. In absence of totals submitted for any division cost, the City shall interpret as no proposal for the division, which may disqualify the Proposer. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA personally On this day of , 20_, appeared before me stated that (s)he is the of who ,a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida 37 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting Section 2 — GUARANTEED MAXIMUM PRICE (G P SAMPLE Actual Cost Tender Form shall be provided to short-listed firms at the conclusion of Phase Evaluation. ANY LETTERS, ATTACHMENTS; OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: PROPOSER (Print): ADDRESS: CITY/STATE: ZIP: FEDERAL I.D. #: NAMEITITLE OF REPRESENTATIVE (Print): SIGNED: (I certify that I am authorized to execute this proposal and commit the proposing firm) 38 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting APPENDIX F M AN\ BEACH Insurance Requirements RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Florida 33139 39 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting MIAM BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000,00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 T Liquor Liability $ .00 Fire Legal Liability $ .00 _Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B4 -:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title 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. 40 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting APPENDIX G AM BEACH Agreement Actual Agreement shall be provided at Phase II meeting. RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Avenue; 3rd Floor Miami Beach, Florida 33139 41 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachf1.00v PROCUREMENT DEPARTMENT Tel: 305.673-7490, ADDENDUM NO. 1 REQUEST FOR PROPOSALS (RFP) 2017.077.JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS March 10, 2017 This Addendum to the above -referenced RFP is issued In response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: RFP Solicitation Timetable Revised Below: Phase 1 - Qualifications RFP Issued FEBRUARY 9, 2017 Pre -Proposal Meeting MARCH 1, 2017 AT 11:00 AM Deadline for Receipt of Questions MARCH 13, 2017 AT 5:00 PM Proposals Due MARCH 27, 2017 AT 3:00 PM Evaluation Committee Review TBD Prcsoetation-s TBD P44 p 0 ser Te-ntative-Gommisslci,,A,provel-Authorizing N-egc tiatio-n-s Juno 7, 201-7 ti-ation-s ,Patiewing-Gomrn I -sale n -16,p Contract Nog c larva Phase 11 — Technical Proposals Notification Issued to Short -Listed Proposers TBD Pre -Proposal Meeting TBD Deadline for Receipt of Questions TBD Proposals Due TBD Evaluation Committee Meeting to Interview TBD Proposer Presentations TBD IMEMMAIWOMMMISMOM, ADDENDUM NO, 1 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS Commission Approval of Anal Froposer(s). TBD Contract Negotiations Following Commission Approval 11. ANSWERS TO QUESTIONS RECEIVED. Q1: Can proposal submittals for both Phase 1 and Phase 2 be submitted together? Al The following clarification is made to information conveyed at the pre -proposal meeting: Only Phase I proposals are being accepted at this time, and due on March 27, 2017. Q2: Questions have a deadline on March 13th. Phase 1 "Qualifications" are due March 27th. But if we have questions regarding phase 2 "designs" after the completion of phase 1, are we going to be able to ask them? Or do we need to go thru the phase 2 portion now as the deadline for questions is set to expire in one week? A2: Proposers will have an opportunity to ask questions during Phase 11. Please refer to Section 0400, pages 17-18, of the RFP for additional information relative to Phase II and the Revised Solicitation Timetable above. A FORTHCOMING ADDENDUM WILL BE ISSUED WITH RESPONSES TO ADDITIONAL QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.dov. Procurement Contact: Jason Crouch Telephone: 305-673-7000, ext, 6604 Email: JasonCrouch@miamibeachfl,gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Att, wenis Procurement Director KW= ADDENDUM NO, 1 REQUEST FOR PROPOSALS (RFP) 2017 -077 -,JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DE,CORATIONS MIESUIVAMMIa MIAM BEACH Procurement Department 1755 Meridian Ave, Miami Beach, Florida 33139 www,miamibeachfl,gov ADDENDUM NO, 2 REQUEST FOR PROPOSALS (RFP) 2017077 -JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS March 28, 2017 This Addendum to the above -referenced RFP Is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City, The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: t . This Addendum shall replace previously issued Addendum No. 2, which was issued in error. Z REP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 p.m., on Tuesday, April 4, 2017;at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139 II. REVISIONS, SECTION 0300, PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT, pages 13-14, is hereby amended as follows: TAB • • Cover Letter & Minimum Qualifications Requirements Cover Page, Letter, and Table of Contents. The cover letter must indicate Prime Proposer and be signed by same, Organizational Chart. Provide an Organizational Chart indicating the role of the Prime Proposer, each Key Team Member Firm and the Key Project Personnel. At a minimum, the Key Project Personnel identified in Tab -4 Tab 3 must be Included in the organizational chart, Minimum Requirements: Submit verifiable Information documenting compliance with the Minimum Requirements In Appendix C, Page 29, of the. RFP. Qualifica Ions of Key Project Personnel Qualifications of Key Project Personnel, For each key project personnel included in the organizational chart (for both prime proposer and team member firm(s), inclusive of subcontractors, provide role in the project, Job descriptions, years of experience, area of expertise, resumes, and three (3) prior client references within the last five (5) years. The information shall Include, 1, Key Project Personnel (at a minimum) shall include: a, Primary Project Manager b. Secondary Project Manager c. Lead Designer d. Electrician(s) e, Operations Manager f. Maintenance Manager 2, Certifications and Licenses,. Individual member(e) of the team should have the following certifications. Identify the personnel possessing the certifications and provide a copy of certificate(s) and license(s), a, Florida Department of Transportation Maintenance of Traffic (MOT) Course certificate, b, Valid State Electrical License (e.g,, Electrical Contractor, Electrical Sign Contractor, Utility Electrical Contractor, Sign Electrician, Maintenance Electrician) .ADDENDUM NO. 2 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JO HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS WSIVOMIIMOIMEOVA MIAMIBEACH Procurement Department 1755 Meridian Ave, Miami Beach, Florida 33139 www.miamibeachfl.gov III. ANSWERS TO QUESTIONS RECEIVED, Q1: How do we approach pricing in phase 1? Is any pricing to be included in our Phase 1 proposal other than the Maximum Bid Amount? If we offer various decoration options, giving a maximum price will be difficult. Should pricing be broken down between product and services or will all this be addressed in Phase 2? Al: Phase I shall only consider proposer qualifications, No pricing or bid proposal amounts are requested for Phase I, We will address pricing options and related questions during Phase II. 02: Is this a purchase arrangement whereby The City of Miami Beach buys the decorations in year 1 and contracts us to install, maintain, remove and store for three years? Or is this a three year rental and service contract? A2: Per the RFP, the successful firm(s) shall furnish, design, install, deliver, maintain, remove, and store lighting, decorations, and displays. The decorations, displays and lighting, as furnished to the City, shall be provided on a rental basis, concurrent with the term of the contract, Q3: Does the City of Miami Beach currently own any decorations that it wishes to reuse? A3: No. Q4: Can you direct me to a local place to get MOT certified? A4: Will be answered in Phase II, Q5: Can we get engineering/elevation drawings of the three signs? A5: If available, these will be provided in Phase IL Q6: Will there be a full disclosure of any bidding companies using a lobbyist? A6: Pursuant to Section 0200, paragraph 410, of the RFP, the following applies: COMPLIANCE WITH THE CITY'S LOBBYIST LAWS, This RFP is subject to, and all Proposers are expected to be'or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 07: Tab 1 #2, it is mentioned that "At a minimum, the Key Project Personnel identified in Tab 4 must be included In the organizational chart There Is no Tab 4 that I can see, Is that a clerical error? A7: Please refer to Section I, Revisions, above. VICEMMIVOMb ADDENDUM NO. 2 REQUEST FOR PROPOSALS (RPP) 2017.077 -JO HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS MIAMIBEACH Procurement Department 1755 Meridian Ave, Miami Beach, Florida 33139 www,miamibeachfl.gov Q8: Can the City please clarify the payment terms, what timeline is there for deposit and balance? A8: Will be answered in Phase II. Q9: Where should proposers list their subcontractors? A9: Please refer to Section I, Revisions, above, Q10: Any restrictions on Lincoln Road for wrapping light sets because of the naturalization of the orchids on the Trees? AlO No Restrictions. Q11: Is it possible to see an artistic rendering of Espanola Way of how it will look when finished? A11: If available, these will be provided in Phase II. Q12: Is there power available on the decorative lampposts along Washington? If so, what is the voltage? Al2: Will be answered In Phase IL Q13: Please confirm that in response to question #1 and the following answer, Contractor must obtain the MOT certification and Valid State Electrical License prior to approval .of work, however these licenses/certifications are not required at the time of the phase 1 qualification round or phase 2 design presentation review? M3: MOT certification and Valid State Electrical License must be obtained prior to the commencement of work. Q14: Is there an overall theme for your Holiday decorations? M4: The theme should be appropriate for the Winter Holiday Season and the iconic nature of our world•class city. The City expects the proposer(s) to provide a theme(s) as a primary objective of their proposal for Phase Il, Q15: Is there a budget amount set for this projector per area? A15: The City has not allocated a budget for this project, In FY16 the City spent $385k for the current holiday lighting contract. Q16: Is there available power at all light poles? A16; No, The City is currently evaluating available power options and anticipates having that information for Phase IL ADDENDUM NO. 2 ��. REQUEST FOR PROPOSALS (RFP) 2017.077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND: STORE, HOLIDAY LIGHTING AND DECORATIONS MIAM1 BEACH Procurement Department 1755 Meridian Ave, Miami Beach, Florida 33139 www,mlamlbeachfl,gov Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@a,,miamibeachfl,gov, Procurement Contact Jason Crouch Telephone: 305-673-7000, ext, 6694 Email; JasonCrouch©miamibeachfl,gav Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission, Sin Ale finis Pro rement Director ADDENDUM NO. 2 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS MAMBEACH City of Miami Beach, 1.755 Meridian Avenue, 3r Floor, Miami Beach, Florida 33139, www.miamibeachfl,q PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 3 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS March 23, 2017 This Addendum to the above -referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. MODIFICATIONS: RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended unti 300 p.m., on Friday, March 31, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd 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. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the Individual named below, with a copy to the City Clerk's Office at RafaelGranadorniamibeachfl.gov. Procurement Contact: Jason Crouch Telephone: 305-673-7000, ext. 6694 Email: JasonCrouch@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 re rn Appendix B questionnaire with the reason(s) for not submitting a proposal. erely, enis ment Director LER.M.399,4" ADDENDUM NO, 2 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JO HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS JAM City of Miami Beach, 1755 Meridian Avenue, 38 Floor, Miami Beach, Florida 33139, www.miarnibeachfl.mov PROCUREMENT DEPARTMENT Tel: 306-673-7490 ADDENDUM NO, 4 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS May 10, 2017 This Addendum to the above -referenced RFP is being issued to initiate Phase II of Request for Proposals (RFP) No. 2017 -077 -JC Design, Furnish, Install, Maintain, Remove and Store, Holiday Lighting and Decorations, and to provide other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined), 1. REMINDER: Proposers are reminded that the Cone of Silence is still in effect. IL ATTACHMENTS: Exhibit A: Revised Appendix G Special Conditions III. ADDITION: PHASE II TIME TABLE HAS BEEN ADDED AS FOLLOWS: Phase II — Technical_1122:o295±. Pre -Submittal Conference May 15, 2017 AT 2:00 PM (Voluntary) , Deadline for Receipt of Questions June 5, 2017 AT 5:00 PM Proposals Due June 19, 2017 AT 3:00 PM Evaluation Committee Meeting to TBD Interview , Commission Approval of Final TBD Proposer ADDENDUM NO, 4 REQUEST OF PROPOSALS (REP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS IV. PHASE II CONFERENCE: A voluntary Phase 11 Conference is scheduled for 2:00 PM on May 16, 2017 at the following location: City of Miami Beach, Procurement Department 1755 Meridian Avenue, 3rd Floor Conference Room Miami Beach, Florida 33139 Proposers are strongly encouraged to attend in-person. Proposers interested in participating in the Pre -Proposal 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: 5804578 Proposers who are interested in participating via telephone should send an e- mail to the contact Mr. Jason Crouch at JasonCrouchamiamibeachfl.cov expressing their intent to participate via telephone. V. PHASE II PROPOSAL DUE DATE AND TIME: The deadline for the receipt of proposals is until 3:00 p.m., on June 19, 2017, at the following location. City of Miami Beach, Procurement Department 1755 Meridian Avenue, 3rd 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. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoP,miamlbeachfLoov. Procurement Contact: Jason Crouch 2 ADDENDUM NO. 4 REQUEST FOR PROPOSALS (RFP) 2017. -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS Telephone: Email: 305-673-7000, ext, 6694 JasonCrouche,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 return Appendix B questionnaire with the reason(s) for not submitting a proposal. Alex Denis Procurement Director MSIMIMMISIMMOOVE. ADDENDUM NO, 4 REQUEST FOR PROPOSALS (RFP) 2017 -077 -,JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS EXHIBIT A Special Conditions 4 ADDENDUM NO. 4 REQUEST FOR PROPOSALS (RFP) 2017.077 -JO HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN,REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS tsvnamsomoatirn.m. APPENDIX G E Special Conditions 2017 -077 -JC Design, Furnish, Install, Maintain, Remove and Store, Holiday Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ADDENDUM NO. 4 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC" HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS 1. TERM OF CONTRACT. The contract will have an initial term of three (3) years. 2. OPTIONS TO RENEW, The City, through its City Manager, will have the option to extend for two (2) additional one (1) year periods subject to the availability of funds for succeeding fiscal years. 3. PERFORMANCE BOND AND PAYMENT BOND. Within three (3) calendar days of oontract award, Contractor shall furnish a Performance Bond and a Payment Bond from an A -rated Financial Class V Surety Company. A. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Pro ect. B. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract C. Bond(s) shall be recorded in the public records of Miami -Dade County and provide City with evi d e ce re co i:din. 4. BACKGROUND CHECKS. The Contractor(s) shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this RFP or any resulting Agreement prior to the commencement of said services. No Contractor(s) employee shall be eligible to perform services, pursuant to this RFP 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; penury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; !amen falsification of documents and/or (2) has been convicted of an sex wea ons or violent crime includin but not limited to homicide. attem ted homicide. rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and Riegel weapon possession, sale or use. The Contractor s shall defend Indemnif and hold the Cit its officers em lo ees and a en s harmless from and a.ainst an and all liabilit loss ex ense includin reasonable attorneysfees) or claims for injury or damages arising out of its failure to complyjNith this requirement, 5. METHOD OF PAYMENT: PHASED PAY ENTS FOR WORK COMPLETED. The Cit shall rovide partial payments for work completed by the successful contractor(s) during various phases of the work assignment (Phase 1 Phase 2, and Phase 3). The contractor(s) shall provide fully documented invoices, which indigate, in addition to the basic information set forth below, the time and materials provided to the City user department(s) that requested the work through a purchase order, It shall be understood that such invoices shall not be authorized for payment until such time as a City representative has inspected and approved the completed phase of the work assignment, The percentage or component of completed work which corresponds to the acceptable payment schedule shall be as follows: Phase 1; P e saratIon & Testing Begins July 31 August 15 Pro ect Plan Due Week! Status Resorts Begin September 15 Final Diagrams Due September 15 *113 Pa ment for Work Completed* October 1 Phase 2; Installation Begins Installation Com sletion November 21 *113 Pyment for Work Completed* Phase 3: Removal Phase January 4.15 *113 Pa ment forWork Co t eted* ADDENDUM NO, 4 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS NAM BEACH .4 City of Miami Beach, 1755 Meridian Avenue, 3PFloor, Miami Beach, Florida 33139, www,rni amibeachfLoov PROCUREMENT DEPARTMENT Tel: 305-673.7490 ADDENDUM NO.5 REQUEST FOR PROPOSALS (RFP) 2017077.JC DESIGN, FURNISH, INS'T'ALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS May 24, 2017 This Addendum to the above -referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City, ANSWERS TO QUESTIONS RECEIVED VIA EMAIL. Q1; Please confirm that this is a rental arrangement and not a purchase, We will be renting and not selling you the decorations. Correct? Al: Please refer to Addendum No. 2, dated March 28, 2017, see Q21A2. Q2: 1s it possible to get quick approval (fastback) on any designs/plans engineering drawings upon acceptance of the contract to allow us as much time to manufacture your custom decorations? A2: Upon the date of Commission award, the successful proposer(s) will receive approval of their proposal, including Its designs, plans, and engineering drawings, to be immediately followed by negotiations and execution of contract. Q3: Will the city consider providing'a staging area? A3: At this time, the City cannot provide a staging area for this, project.. Q4: Is there any way the City can re -look at the timing and move up the final Commission date? A4: The City cannot move up the Commission date. The RFP requires Phase II evaluations, which will not commence until proposals are received on June 19, 2017, Subsequently, the earliest Commissiondate following receipt of proposals is July 26, 2017, Q5: Will proposers know the final ranking at the conclusion of the Phase ll Evaluation Committee meeting? A5: A final scoring and ranking will be displayed at the conclusion of the Phase H Evaluation Committee meeting. The scores and ranking will be ADDENDUM NO, 5 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS referred to the City Manager for recommendation of award to City Commission, for the proposal(s) deemed to be in the best interest of the City. Q6: Can proposers get copies of additional City street plans and elevation maps? A6: The City does not have additional street plans, diagrams, schematics or maps to release, Proposers are advised to conduct a City site-visit(s), utilize web -based mapping tools, and available Internet search engines. Q7: Is there an approximate budget for this project? A7; The City has a budgeted amount of $334,000 for FY 17/18. Enhancement to the budget for FY 17/18, and future years, has been submitted to City Commission for review, Q8; How should proposers price the project? A8; A Cost Proposal Form will be issued with further instructions. Additionally, the City will ask proposers to price each of the corridors separately, as identified in Appendix C, page 33, of the RFP. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below; with a copy to the City Clerk's Office at RafeelGranado@miamibeachfl.elov. Procurement Contact: Jason Crouch Telephone: 305-673-7000, ext. 6684 Email: JasonCroucht miamibeachfI ov Proposers are reminded to acknowledge receipt of this Addendum as part of your RFP submission, Sincerely, AIxDep PP krrerent (Director ADDENDUM NO, 5 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS B EAC City of Miami Beach, 1755 Meridian Avenue, 3I'd Floor, Miami Beach, Florida 33139, wvv9v.miarnibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 6 REQUEST FOR PROPOSALS (RFP) 2017.077.JC, Phase II DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS June 1, 2017 This Addendum to the above -referenced RFP is being issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City, The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined), I. REMINDER: Proposers are reminded that the Cone of Silence is still in effect. II. DUE DATE MODIFICATION: In order to allow sufficient time for product development, delivery, and/or implementation, the proposal due date has been moved up to June 15, 2017. PHASE II PROPOSALS ARE NOW DUE: June 15, 2017, at 300 p.m. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Proposers are cautioned to allow sufficient time for traffic or parking, for which the Proposer is solely responsible. Proposals received after the above stated date and time will not be considered. It is the City's intent to present an award recommendation to the City Commission on June 28, 2017, rather than July 26, 2017, as originally anticipated. III. ATTACHMENTS: Exhibit A: Appendix H, City of Miami Beach Street Light Poles IV. ANSWERS TO QUESTIONS RECEIVED VIA EMAIL. Q1: Can we assume the city will have the banners removed for the poles that we are going to decorate prior to us arriving for installation? Al: The banners will be removed with the exception of areas used for Art Basel. 1.12.1.010.M.ParteMMUROMM4A ADDENDUM6 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, ruRNist-I, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS Q2: Do you have any renderings to show what City Hall will look like when the construction project Is complete? A2: City hall is not under construction. The infrastructure work is related to the convention center project and should be completed within the next few months. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(Omiamibeachfl.gov. Procurement Contact: Jason Crouch Telephone: 305-673-7000, ext, 6694 Email: JasonCrouch@rniamibeachthgov Proposer t 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 return Appendix B questionnaire with the reason(s) for not submitting a proposal. Sin Grely, Al rement Director P.M.ONANNVY.0.10.1/104 Mt1111,0114440,01...1.1/WORIVOL.10110.A1MMI.tIOASMAVAMMUftli/MtniKNIVI/Oviarti..MhaVatitiVAIAYRN.4.11/3,15.141.0115,14.1101RIMMNAMIdtim.*W.41.440.01NAWRIWO11411MMYM.14antetelsMIRMIMMA.Alt...V.0,414WWWMAIOSIN. 2 ADDENDUM NO. 6 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JO HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS EXHIBIT A City of Miami Beach Street Light Poles ADDENDUM NO. 6 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS APPENDIX H City of Miami Beach Street Light poles, 2017 -077 -JC Desi n Furnish Install. Maintain Remove and Store Hoiida Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 4 ADDENDUM NO, 6 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS „..„,,,,,,,„......,,c,;;:,',...:•:,•,....,„,,,•,,::, [1: ''','• , i i 1 ,l) ie' '';;;;F:17 , /.4, . •40f.:::::,,,,,,,..., ,,,,. -3 - 1 r,...,,,,,,,,i• l'n•L,;"'..t. \ •I''''. 1-1''' 1 i 1 V•I"•••> II '''''i I L'•I •---", ..^. . . , .... . 1 ,! 73/ 'if / ...3.3.... ..... ///e 7 , 0 / I ILI ', v•,`,,,,:iiEii'al''' „,, i I .,....) ( ii •-fy i,,:1 i' ' I \ 0 k 'k''''''.,,,, 3 i ) 1 P -‘. \ /il / , ., ,-....., ..... .:', ,11— '7. \ : \ ,"'''IL. k \ '\\, IL, i e ie' • . 41 ( / 11, i 1 .ZIII-I.• \ ) .:':,=:, ' ; • • . .• . „ ::Mi , . --, 1 ( Liali-A3.„-,1 j VIM& 4 41 \!V;,-, i ,.lii:',;ti:,-i: '1 ! i. r',,r.! ''' ! , ,kvi'l , NA,... , ' 1,11,../...: 1,-,1 !, , , . r•,,, 1- -- ------ - ..... -1. r ---------- ..., p,..„ i— rrl t• 11 . `-- ----!-----) '---- — --- 1 i :1 1 , i'-'-',,i, ‘,..,,,!J,11E4 i \;!-„), ) ' ' h i li ,,,1ii,,, i Ls • .. f .., `• ,,,,, iIL 1 4•••••'',.".1 e1 /11T1 i , 0) '"L':'L' '1.4.] - - 1 i I .....,,.. . ,,,, .111 ” I .. .,4.,... ; / \ --... ... .1. ti \ ! Ji • ) 1114 ..„.... • ..., •...., 1 , ' ,. ,• • '4J/f'drf ..., \ „ .„...,,,,, i• ' '`.---....,r i — ,......------ ..... ...— / k Legend Poe bUBTYPE PloMBOR • P.',0:f • $0,041)1 Uptght .i alatog.wity Li Via.e svote Pelle MASCMMOIMMeps \ StroelLIglePolest_Sze24x30,evei City Of Miami Beach Street Light Poles 1,000 2,000 4,000 6,000 Feet 4vs 4,,. • MIAM1BEACH City of Miami Beach,17$5 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.rniamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305.673-7490 ADDENDUM NO. 7 RFP 2017 -077 -JC, Phase 11 Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations JUNE 8, 2017 This Addendum to the above -referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined), 1. DELETE Section 0400 Proposal Evaluation, Phase 11 Evaluation Process, in its entirety, and REPLACE with the REVISED Phase 11 Evaluation Process, included herein as Exhibit B. IL ATTACHMENTS: Exhibit A: Exhibit B: Revised Section 0400 Proposal Evaluation, Phase!! Evaluation Process Cost Tender Form Failure to submit te' attaahed Cast Tender ,Form shall render P-E1),Pusal non' res.orlsive, and saki non-responsive proposal Shall net be considedreb the Cit Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the Individual named below, with a copy to the City Cleric's Office at RafaelGranadoPmlarnibeachfLoov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 J jasoncrouch lamlbeachffgov 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 return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. A eDenis Procurement Director ADDENDUM NO, 7 Request for Proposals (RFP) 2017 -077 -JO Design, Furnish, install, Maintain, Remove, and Store Holiday Lighting and Decorations EXHIBIT A Revised Sec ion 0400 P oposal Phase 11 Evaluation, Evaluation Process AI?DbNDUM NO 7 Request for Proposals (RFP) 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday twicdhtinq and Decorations PHASE U EVALUATION PROCESS The Phase evaluation process shall be completed by a Technical Review Committee, appointed by the City Manager, who may be different than the Evaluation Committee, who shall meet to evaluate each short- listed response and technical package in accordance with the criteria established below, In doing so, the Evaluation Committee will: a, Interview short-listed proposers, if deemed necessary, b. Receive input from a Technical Review by City Staff, and other City advisors, c. Score proposers utilizing the Evaluation Criteria. Proposers will be evaluated on the following criteria (100 maximum possible points): Criteria Description Points 35 Design and Technical Proposals Operations and Maintenance Plan 35 ' Cost Proposal* Vendor A 30 Vendor B $150,00 100 * Sealed Cost Proposals will be opened by the Procurement Department, reviewed for responsiveness and revealed at the conclusion of the review of Technical Proposals by the Evaluation Committee, Each proposed GMP shall be scored as follows: Sample Ob ective Formula for Cost Vendor Ltimp Sum Price Example Maximum (Points noted are for Allowable Points illustrative purposes only. Actual points are noted above.) 20 Formula for Calculating Points (lowest cost I cost of proposal being evaluated X maximum allowable points = awarded points) ROLA nd to $100 / $100 X 20 = 20 Total Points Awarded 20 Vendor A 8100,00 Vendor B $150,00 - 20 $100 / $150 X 20 = 13 13 Vendor C ' $200,00 20 $100 / $200 X 20 = 10 10 Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results, tiMktit......VAIVAMMUSWAMatiMeM79.,18MOZWAMOMMA, ADDENDUM NO. 7 Request for Proposals (RFP) 2017 -077 -JO Design, Furnish, Install, Maintain, Remove, and Store Holiday Lightin and Decorations EXHIBIT B Cost Tender Form euro, tachad Coat:Tends For Iatl n -responsive proposalah 4sADDENlUMNO7 Request for Proposals (RFP) 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Stare Holiday lighting and Decor APPENDIX E Cost Tender Form 2017 -077 -JC Design, Furnis', Install, Maintain, Remove, and Store Holicay Lighting and Decorations PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor Miami Beach, Honda 33139 *lore to sohlrrit the attaotiod Cost Tender Form shall rerids,rr)roposai,nort. eapaiisivs- an said non-responsive proposal h riot be considered *the City $ ADDENDUM NO. Request for Proposals (RFP) 2017 -077 -JO Design, Furnish, Install, MaIntain, Remove, and Store Holiday Lighting and Decorations Section 1 — Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, In all respects, made fairly and in good faith without collusion or fraud, The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below, and that it has satisfied itself about the Work to be performed; and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS (RFP) No. 2017-077,1C DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE, AND STORE HOLIDAY LIGHTING AND DECORATIONS The Proposer also agrees to furnish the recuired Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus alternates, if any, provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance, In the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form, the Proposer agrees that the total base proposal shall govern, In the event of a discrepancy between the numerical total base proposal and the written total base proposal, the written total base proposal shall govern. In absence of totals submitted for any division cost, the City shall interpret as no proposal for the division, which may disqualify the Proposer. Name of Proposer's Authorized Representative: VMSOCEESIMOIMENEM Title of Proposes Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA On this day of , 20_, personally appeared before me who stated that (s)he Is the of a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: WM*Mit.MaidssOMIMO.000..**4, ADDENDUM NO„ 7 Request for Proposals (RFP) 2017 -077 -JD Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations APPENDIX E COST PROPOSAL FORM Failure to submit Cost Proposal' Perin, in its entirety and fully executed, by the deadline established to reeel ft of ore mats will result In Pro °sal being deemed nen.responsive and bein reiecterl Proposer affirms that the prices stated on the Cost Proposal Form below represents the•entire cost of the items in full accordance with the requirements of this RFP, 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, Cosi Proposal Form completed irt pencil shall be deemed nonresponsive. All corrections on the Cost Proposal Form shall be initialed. Are GROUP 1: HIGH PROFILE CORRIDORS Location 41st Street Julia Tuttle ntrence si n 41st Street from Alton Rd to Indian Creek755 Meridian Ave Lincoln Rd Police Station Extended 5.Year Cost (Years 1.5) Historic City Hall City Hall Campus (1700 Convention 6 Center Drive) $ $ $ $ EXTENDED YEAR 1 VEAR2 YEAR 3 YEAR 4 YEAR 5 ANNUAL COST AREAS 1.6 $ $ $ $ $ GROUP 1 (Areas 4)- SNEAR TOTAL FOR DESIGN, MATERIALS TRANSPORT, DELIVERY, INSTALLATION, LABOR, RENTAL MARK UPS" PERMITS, FEES, MAINTENANCE REMOVAL AND STORAGE Area Location Ye r 2 Alton Rd from 5th Street to 41 t Street Sunset Harbor 8 Garage 9 Anchor Garage Espanola Way from Washington Ave to 10 Pennsylvania Ave ADDENDUM NO. 7 Request for Proposals (RFP) 2017-077-X Design, Furnish, Install, Maintain, Rernove, and Store Holiday Lighting and Decorations Extended 5. Year Cost Year 5 (Years 1.5) Washington Ave from 5th Street to 11 Dade Blvd Ocean Drive from, 5th Street to loth Street (includes Lummus Park) 6gth-Street n Collins Ave between 65th Street and 76th 14 Street 5th Street Lenox to Center Median (Lenox - 5 VVashin ton 71st Street (Bay Drive E to Bay 16 Drive W) 71st Street Normandy fountain and entrance sign Normandy Drive (Bay Drive IE to Bay Drive W) Collins Park 87th Street 5th Street South Washington Ave 6th Street South 22 Alton Rd EXTENDED ANNUAL COST (AREAS 7-22) RP kL eas 7-22): -YEAR TOTAL F DESIGN MATERIALS MPORT, DELIVERY, INSTALLATION, LABOR, RENTAL MARKDPS,' PERMITS, PEES, MAINTENANCE, REMOVAL, AND STORAGE EAR YEAR 2 (Ares (Aifeas s 22) GRAND ToTAL PER (EAR GOT ' (AREAS 1.22) 1ARII YEAR 4 (Areas (Areas 1-22) 1-22) 5.yEAR GRAND TOTA ELop AFIDNGRODP2Tr, DLEASE110DRN: mTERIAts, TRANspc:i:GRD° IVERY, ISTALLAoONR cE RENTAL, MARK-UPMITS S' PER' EA NTENAN, AND STORAGE It Note: The City at Its sole discretion may proceed with all or some of the corridors listed dependent upon availability of funding through the City's budgeting process. VakentwoczaM8sMasMIIKVW. ADDENDUM NO. 7 Request for Proposals (RFP)2017-077-JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: PROPOSER (Print): ADDRESS: CITY/STATE: ZIP: FEDERAL I.D. #: NAME/TITLE OF REPRESENTATIVE (Print): SIGNED: (I certify that 1 ani authorized to execute this proposal and commit the proposing firm) 9 '' ADDENDUM NO, 7 Request for Proposals (RFP) 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations „....., }. ......_ ........ \ \ N, •\ i ../...) I ,....,...;;;;64;;;74.-: j 1 it, )-')f,Z431.11-12:0))))').....):),•.),)-' ) 1:,..),,... 1 ki r i i. \ -.; .) ) S'( :, •,' 4 . ,}' / s) 1 . \ )2) 1 ! \ , t ' , / / , . - ''',.F.;;;;-,..... ' • —...... . k 0 / ,., 11, 1 ,I ... raRkigge II I } q .4 I ' ''' -eT. • , 14,,,.../. • fl 1 :A.k - '1 IF''''''':1”" ..„..r.J1 1.. n O. 'i 2, \ '4' .4 '//.1 '11 1 1/11 , 11 1 k ii ,0 1 , i Il ,. 1,41 .:-45. L i , '-- • r........._ .., Ill it. x J \ / r. , ,n•;n ,' ij , I t. „ .. 7 , 1 1 h ti ,1L.),) , 1 1 , / • 11 ), ii • b In } } } • / , Li/ \ , 1 i I I 1R)Pi i )1 i i 1 , 1 ) , I 1 i i f , ...... _ ... iP///ir'}g4'.1 '''-}r" } 1 , I'll 4 if, .;: Vr4'.6 r''' • ,1 1 bff$ : „,.....1 , _,..f • 1--- (Ir,4 i ,,rf.../. . —.... . Kfl t \ ,, r: \ • .11,,,,/,,/ 1 e ' , , • ''' ,-... ( ' 44.„,. .1 .01 // / --,,, .",...„, I \ 4 1 ....--...... ) , ‘-`..... (.. , / ',...„ '; i ,.........., .,....., ___..—.._—__..... ,_,, \ i . i 4_, Legend polo 9U8TYPE , 1.1.16pU • NIL,Ell • StN.LIght. • upto 1---1 sda sue Row . .. • wow }4;44:4 4}}6x .}„at 0006 M68CM1:20104Maps \ StroelL1610P01061_6120242211.no,d City of Miam Beachra. Street Light Poles S . 1.000 2,000 4,000 6,000 4 ATTACHMENT C CONSULTANT'S RESPONSE TO THE REQUEST FOR PROPOSALS (RFP) Detail by Entity Name Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Page 1 of 2 DIVISION OF CORPORATIONS Detail by Entity Name Florida Limited Liability Company ARTISTIC HOLIDAY DESIGNS, LLC Filing Information Document Number L17000201617 FEI/EIN Number NONE Date Filed 09/28/2017 State FL Status ACTIVE Principal Address 2030 PARKES DRIVE BROADVIEW, IL 60155 Mailing Address 2030 PARKES DRIVE BROADVIEW, IL 60155 Registered Agent Name & Address HOLIDAY LIGHTING DESIGNS INC 6778 LANTANA ROAD SUITE 6 LAKE WORTH, FL 33467 Authorized Person(s) Detail Name & Address. Title AP NORWOOD, DEREK 2030 PARKES DRIVE BROADVIEW, IL 60155 Annual Reports No Annual Reports Filed Document Images 09/28/2017 -- Florida Limited Liability View image in PDF format http ://s e arch. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 10/2/2017 Holiday Designs RFP 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lichting and Decorations /r isfic Holiday Designs City of Miami Beach Department of Procurement Management 1755 Meridian Ave, 3rd Floor Miami Beach, FL 33139 Dear City of Miami Beach, DESIGN. CREATE. EXPERIENCE. March, 22, 2017 Artistic Holiday Design Prime Proposer 2030 Parkes Drive Broadview, IL 60155 (708) 223-8506 We are thrilled at the opportunity to bid on your holiday lighting and decor proposal. Artistic Holiday Designs began as a design firm seeking to change holiday decor. Our experience in holiday lighting led our team to seek out innovative and unique decor options for our clients. Whether a commercial client looking for non -denominational illuminations or a city art district looking for abstract illuminations, we were typically stuck with ordinary, traditional decor. In March 2015 we partnered with Leblanc Illuminations as their sole distributor for the US market. Our creativity combined with their mastery of products allows us to be a force in the world of holiday decor. Changing the typical landscape of Christmas lights to dynamic interactive displays. Our goal on every illumination project is to create a destination that creates and captures an audience. We are able to meet this goal by providing innovative decor, reliable technical products, exceptional service, and a revolutionary team of individuals focused on shifting the climate of holiday decor. Respectfully, Derek Norwood President Artistic Holiday Designs 7-071 if:�.> 2 AvHisflc Holiday Designs TABLE OF CONTENTS DESIGN. CREATE. EXPERIENCE. TAB 1 Organizational Chart page 4 Minimum Requirements page 5 TAB 2 Organizational Narrative page 7 Similar Experiences & References page 11 Financial Capacity page 25 TAB 3 Qualifications of Key Project Personnel page 26 Certificates and Licenses page 45 Appendix A page 48 Appendix F page 65 q 3 AvHisfic Holiday Designs 2. ORGANIZATIONAL CHART DESIGN. CREATE. EXPERIENCE. Artistic Holiday Designs, the prime proposer, will combine its expertise with two other firms on this RFP. In order to provide the City of Miami Beach with the best possible solutions, we will include our world-class distributor and local installer. Artistic Holiday Designs will manage the entire project through design, manufacturing, shipping, installation, maintenance, removal, and storage. 1. Leblanc Illuminations: Product manufacturing partner. Created in 1958, Leblanc has manufactured product for over 7,000 cities worldwide. With 7 corporate offices across the globe combined with 14 affiliates/partners, Leblanc manufactures yearly to 22 countries. 2. Holiday Lighting Designs: Installation, maintenance, removal, and storage partner. Installs and maintains light displays in southern Florida's municipalities, HOA entrances, and high-end residential neighborhoods. Great pride is taken in craftsmanship and service. In the height of the holiday season Holiday Lighting Designs staffs 40-45 employees. .4, Cr'r`Grafi ��f��'•k y '',r Daniel �� l4A,J ���N,S e/S� A 0�deeo fic e �0 �era CfP 15 HO/j�3�a �„O % 0 m � Pr0. aUs g.) Storage Exclusive 1 U Artistic Designs co `CI Holiday eto Logistics 0 1 to {-ED technology . Designs ii 3 ti DJ Low Voltage (RFP)2017-077-JC Holiday Lighting 4 A trf isf is Holiday Designs 3. MINIMUM REQUIREMENTS & SPECIFICATIONS / APPENDIX C DESIGN. CREATE. EXPERIENCE. C1. Minimum Eligibility Requirements: Please see TAB 2 section 2, page 11 for a listing of references. C2. Statement of Work Required: Artistic Holiday Designs offers a complete program for holiday lighting and decorating. Our team will design, fabricate, deliver, install, maintain, remove, and store all decor. Each city we work with offers a different challenge. We will work closely with Miami Beach to create a distinguished design and implement a reliable plan to install, service, and maintain all decor. C3. Specifications: General: Artistic Holiday Designs will meet all requirements and deadlines listed in this RFP. Our team will ensure efficient project planning, staffing, communication updates, design and installation scheduling throughout the project. We take responsibility for obtaining all required City permits and their associated costs. Design and Furnish: Artistic Holiday Designs will submit custom designed and fabricated decor ideas to promote the vibrant, culturally diverse, historic community, and world-class tourist destination of Miami Beach. Preparations, Installation and Maintenance: All outlined dates provided by Miami Beach can be met for the implementation of the holiday decor and lighting. Key project personnel will provide weekly and then daily status reports. A final diagram, schematics, and design renderings will be approved by the city before implementation. An electrical service plan will anticipate the total power usage for all lights, displays, and equipment. Installation timeline will begin no late than October 1 and conclude no later than two days prior to Thanksgiving Day of each contract year. All lighting will be fully functional by the Wednesday before Thanksgiving Day. During the installation and maintenance of lighting, all debris, leaves, and branches will be properly disposed. Our crew will maintain and service all decor to preserve aesthetic condition and sustain it is fully operational. Our key project personnel will be on site for all designs plans, installations, related service, and specific city events. We understand the city will provide power where approved. Key project personnel will perform daily checks and reports on all displays and immediately report any power outages to Property Management. If any lighting or decor is not up to standards upon inspection, the decor or lighting will be replaced or re -installed within 24 hours. All decor or lighting removed will be properly disposed of and will not use city trash receptacles. Each day prior to 10:OOam, our key project personnel will provide a detailed summary of the previous evening's inspection. All crews are experienced and trained in holiday lighting and will be supervised by key project personnel. All crews and employees will wear identifiable uniforms while performing project services on city property. 7 C 7 .)',_ '..,.'I.?' j 5 AvHisfic Holiday Designs DESIGN. CREATE. EXPERIENCE. C3. Preparations, Installation and Maintenance: (continued) Key project personnel will be available 24 hours per day/7 days per week. Any requests will be answered within 2 hours for non -emergency response. All holiday lighting and decor will be set up to function by 5:00 p.m. each day during the holiday season. Our key project personnel will maintain existing Maintenance of Traffic (MOT) certification. Please see TAB 3 Section 2 for a copy of the active certificate. Removal and Storage: Removal shall begin January 4th or as determined by the City of Miami Beach and will be completed by January 15th of each contracted year. Coordination of removal will be approved by the city before we begin. All holiday lighting and decor will be stored by Artistic Holiday Designs. During removal, any debris, leaves, or branches will be properly disposed. Project Timeline: Artistic Holiday Designs will adhere to the proposed project timeline. Proposed Corridors: Artistic Holiday Designs has visited the proposed locations for holiday decor and lighting. Our Primary Project Manager, Derek Norwood and Lead Designer, Sara Basch evaluated each area, took precise measurements and photos to produce proposed design renderings for Phase 2. 6 Rif isi-►c Holiday Designs 1. ORGANIZATIONAL NARRATIVE / ARTISTIC HOLIDAY DESIGNS a1. Company Information: Artistic Holiday Designs, Prime Proposer 2030 Parkes Drive Broadview, IL 60155 DESIGN. CREATE. EXPERIENCE. Artistic Holiday Designs is a design firm with distribution rights for Leblanc Illumination's decor throughout the entire United States. Derek Norwood, who has over 16 years of experience in the holiday decorating business, founded Artistic Holiday Designs in March of 2015. Derek also owns HC Lights, an installation firm based in the Chicagoland area. With over 40 employees, HC Lights completes over 1,000 projects per year - residential, commercial, and municipal. In an effort to provide the best possible service for the City of Miami Beach we have decided to partner with Holiday Lighting Designs, Inc., a local installation firm. The firm specializes in turn -key festive designs. Our approach to each project begins with determining the end goal. We work with our clients to create dynamic and often custom designs. Throughout each project, we ensure every detail of fabrication, manufacturing, delivery, technology, and installation is met. At the end of each project, we document the experience for our clients and their visitors! The organization is structured with 3 employees; Derek leading the firm as CEO, Sara Basch as lead designer, and Kara Wolf as project manager. Over the past three years, Artistic Holiday Designs has implemented over 30 projects across the US. b1. Organizational Leadership: Derek Norwood, CEO of Artistic Holiday Designs will oversee the entire project for City of Miami Beach. He will be the primary project manager, ensuring all aspects of design, fabrication, delivery, installation, maintenance, removal, and storage are fulfilled to the expectations of the City of Miami Beach. Sara Basch, Director of Design for Artistic Holiday Designs, will work closely with the city to provide world-class designs for all key corridors and proposed locations. Upon review of all designs, Sara will make necessary changes until final approval from the city is reached. During fabrication, Sara will ensure all elements of decor are aesthetically correct. Final schematics before and during installation will be reviewed to confirm seamless project completion. Kara Wolf, Project Manager of Artistic Holiday Designs, will work closely with the city as the Secondary Project Manager. Kara will be key in communicating all details and scheduling for the schematics of the entire holiday lighting project. CFnn ;°O J ,;,�,I �:-,. �� 3-' 7 ' _ ,s t 511 Holiday Designs 1. ORGANIZATIONAL NARRATIVE / LEBLANC ILLUMINATIONS a2. Company Information: Leblanc Illuminations 6-8 rue Michael Faraday 72027 Le Mans Cedex 2, France DESIGN. CREATE. EXPERIENCE. Leblanc illuminations is a leader in the design, manufacturing and distribution of festive illuminations and lighting articles for local authorities, shopping centers and private individuals. Leblanc illuminations has been constantly modernizing and reinventing festive lighting for nearly 60 years. The company, founded in 1958 by Michel Leblanc creator of the Christmas illuminations market, made its mark on the history of lighting decorations. Today, Leblanc has a clear international focus with its 5 subsidiaries and a proven presence in more than 40 countries worldwide. As a pioneer in illuminations, Leblanc brings out emotions through its designs and lighting, sculpting urban boundaries. Our magical lights and elegant shapes bring a festive touch to city centers. Lighting can change the entire atmosphere of a town. Leblanc illuminations offers 59 years of experience in creating prestigious illuminations. > More than 10,000 cities illuminated in the world every year. > Leblanc illuminations sells or leases 50,000 decorations per year with one of the biggest rental stocks in Europe. > 30% of our decorations are renewed annually with 1,400 references in the catalogue- the widest range in the market. > 160 employees > 11 product and graphic designers 411kLeblanc lirilluminations CANADA 4.1 Leblanc ,' illuminations MEXICO (RFP) 2017 -077 -JC Holiday Lighting Leblanc illuminations has 5 subsidiaries and 26 partners with a proven presence in more than 40 countries > French overseas territories > Asia : Singapore > North America: Canada, USA, Mexico > Western Europe: UK, Belgium, Germany, Luxembourg, Switzerland, Austria, Italy, Netherlands, Portugal, Spain > Eastern Europe: Russia, Czech Republic, Slovakia, Croatia, Romania, Hungary > Northern Europe: Latvia > Africa: Morocco, Algeria, Gabon, Ivory Coast, Cameroon, South Africa > Middle East: Bahrain, Kuwait, UAE, Israel �li Leblanc ,, illuminations 111131 HEAD OFFICE Le Mans, France %I -ebIanc ,. iIi i i ons • Leblanc illuminations RUSSIA 8 Av1sfc Holiday Designs DESIGN. CREATE. EXPERIENCE. 1. ORGANIZATIONAL NARRATIVE / LEBLANC ILLUMINATIONS b2. Organizational Leadership: Hilkka Chartier, Export Director for Leblanc Illuminations, supports Artistic Holiday Design for any and all design, field support, and technical support. Gilles Heuripeau, Export and Production Manager for Leblanc Illuminations, supports Artistic Holiday Designs in all production, exporting, manufacturing, and technical aspects. 9 • • Por Is lc Holiday Designs 1. ORGANIZATIONAL NARRATIVE ! HOLIDAY LIGHTING DESIGNS a3. Company Information: Holiday Lighting Designs, Inc. 6778 Lantana Road, Suite 6 Lake Worth, FL 33467 DESIGN. CREATE. EXPERIENCE. Holiday Lighting Designs, Inc. is a registered woman owned company specializing in holiday lighting and decor. While most of our installations are temporary, we also do permanent ambiance lighting as well as special events. Holiday Lighting Designs, Inc. installs and maintains Tight displays in south Florida's municipalities, HOA entrances, as well as high end residential. Our temporary lighting displays are often displayed between the second week of November to the second week of January. During that time we also service the lighting and decor. We take pride in craftsmanship as well as in our service. In the height of the holiday season we have as many as 40-45 employees. b3. Organizational Leadership: Daniel Biller, Operations Manager for Holiday Lighting Designs, will be Operations and Maintenance Manager providing field support, scheduling, and service support for the entire project. Derek Louis, Head Electrician will provide expertise in all aspects of the project's power and electricity. ,RFP ?017-077 .IC H ,!:day Lighting 10 Arfsfic Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / ROSEMONT, ILLINOIS a. Winter Wonderland in the Village of Rosemont, Illinois Client Contact: Michael Raimondi, Director of Public Works 7048 Barry St, Rosemont, IL 60018 847-671-4677 raimondim@villageofrosemont.org b. Artistic Holiday Designs created a custom designed pole decor for Rosemont that would reference the city's brand. Thru this process, our design team in France made a total of 12 versions of a pole decor made to look like a "Rose". We also made a secondary pole decor to compliment the Rose decor with traditional elements. The city alternated each pole decor to give a unique and custom feel throughout the main corridors. We also designed our Coeur de Noel to be added to the custom display for Rosemont in their park area. The city requested a unique and interactive motive that would be very engaging for the people who came to see the holiday lighting in the park. See project renderings and photos below. c. Project Budget: $250,000.00 Total project cost: $225,000.00 d. 1 year contract - 50% payment due within 30 days of contract signature; 50% due upon delivery of decor. e. Prime contractor for holiday decor design, production, delivery and installation support f. Derek Norwood - Artistic Holiday Designs - Project Manager Sara Basch - Artistic Holiday Designs - Lead Designer (RFP) 2017 -077 -JC Holiday Lighting 11 Arii5i1C Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / NEW LENOX, ILLINOIS a. Christmas in the Commons, New Lenox, Illinois Client Contact: Kurt Carroll, Village Administrator 1 Veterans Parkway, New Lenox, IL 60451 815-462-6410 kcarroll@newlenox.net b. Artistic Holiday Designs worked closely with the team in New Lenox to develop a destination for holiday decor. The city's goal was to bring visitors from around the surrounding cities to see the lights and engage in local retailers. New Lenox has experienced significant residential growth since the late 1980s, and had the most new residential starts of any community in Will County in 2015 and has been one of the top ten communities in the Chicago metropolitan area for new housing starts for the past few years. Our team designed the a large light display for the main village circle. Our largest decor, Papa Noel, towers at 36 ft tall. A large mailbox decor in front invited children to drop their "Letters to Santa". In return, the village staff and volunteers mailed out letters from Santa. The lights were designed in pure white to create a magical feel as soon as visitors entered the circle. Highlights of warm white lights and red lights played off the city's logo. Five large interactive displays were installed around the main grounds along with an ice skating rink, and hot cocoa stand. The city recorded visitors from 58 different cities. At the completion of the project, Artistic Holiday Designs created a PR video for the city to share for local media coverage and advertising: https://www.dropbox.com/s/gv4p1 fvg2ri5yjz/New%20Lenox-Artistic%20Holiday%202016-HD. mp4?d1=0 c. Total project cost: $383,311.42 d. 3 year contract (2016, 2017, 2018) - Payment is due May 1 of each contracted year. e. Prime contractor for holiday decor design, production, delivery, installation, service, removal, and storage. f. Derek Norwood - Artistic Holiday Designs - Project Manager Sara Basch - Artistic Holiday Designs - Lead Designer RFS'? 2017 -077 -JC Hf3P',i._:', LlghtH 12 A tr-hi si-i c Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / NEW LENOX, ILLINOIS - PHOTOS (RFP) 2017 -077 -JC Holiday Lighting Avis Holiday Des gns DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / ORLAND PARK, ILLINOIS a. Holiday Festival, Orland Park, Illinois Client Contact: Karie Friling, Director of Development Services 14700 Ravinia Avenue, Orland Park, Illinois 60462 708-403-5300 KFriling@orlandpark.org b. The Village of Orland Park is a shopping and dining destination. The city staff wanted to bring as many visitors to its beautiful city during the holiday season. Artistic Holiday Designs used the city's new logo to create a custom pole decor with the emblem of their new brand. We worked with the city's brand colors - pure white and green to create a dynamic display at the city's main shopping and dining venues and train station. At the village hall, Artistic Holiday Designs created a whimsical, non -denominational display for the Mayor's annual tree lighting ceremony. At the completion of the project, Artistic Holiday Designs created a PR video for the city to share for local media coverage and advertising: https://www.dropbox.com/s/y2kfcp23d5gp4zp/Orland%20Park%20v1 %202.mp4?d1=0 c. Total project cost: $587,257.93 d. 3 year contract (2016, 2017, 2018) - Payment is due February 1 of each contracted year. e. Prime contractor for holiday decor design, production, delivery, installation, service, removal, and storage. f. Derek Norwood - Artistic Holiday Designs - Project Manager Sara Basch - Artistic Holiday Designs - Lead Designer RFP- 2017-077 JC N,. -)Jay 14 Ar 5 is Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / ORLAND PARK, ILLINOIS - PHOTOS • ‘• • ,;;;;) (RFP) 2017 -077 -JC Holiday Lighting A sfi Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / CANTERBURY CITY CENTRE, UK a. Canterbury City Centre Client Contact: Bob Jones, Canterbury BID Chief Executive 28-30 St Peters Street, Canterbury, Kent, CT1 2BQ 01227 787055 bob.jones@canterburybid.co.uk b. Canterbury is one of the most historically important cities in the UK. Its newly formed BID team (Business Improvement District) wanted to make sure visitors enjoyed the whole city during their stay. The city itself had been neglected for a few years with regard to Christmas illuminations due to unique infrastructure problems. Because of the "brick tax" in the 1780's, many of the properties in Canterbury have a false facade making them unable to support across street Christmas lights. Additionally, there is no lamp column in the main city center. Gala Lights and Leblanc not only developed a new fixing method onto the building, it also used state of the art material and technologies while delivering a visually classical scheme to complement this historic city. c. Total project cost: £225k in a five-year contract — in year two an additional £100K was spent in expanding the scheme in response to excellent public and commercial feedback. d. 5 year contract e. Prime contractor for holiday decor design, production, delivery, installation, service, removal, and storage. f. Hilkka Chartier Leblanc Illuminations - Export Director Chris Stille - Leblanc Illuminations/Gala Lights - Project Manager / Lead Designer 'RFP, 91)17 C:7 H)lidiv t;;.ti 16 Avfisfic Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / CANTERBURY CITY CENTRE, UK - PHOTOS (RFP) 2017 -077 -JC Holiday Lighting 17 AvHisfic Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / NIAGARA FALLS, ONTARIO, CANADA a. Nlagara Falls, Ontario, Canada Client Contact: Hilkka Chartier Leblanc Illuminations - Export Director +33 (0)6 08 74 49 55 hchartier@groupe-leblanc.com b. The city's development committee dreamt up a unique concept for their drive-thru park. Leblanc created a large animal theme along with abstract decor. Since 2013, there have been tens of thousands of visitors each year as the design was well received. Please see video on the web:. https://youtu.be/OQg-11WSjtY c. Total project cost: $450,000.00 Canadian dollars d. 3 year contract e. Prime contractor for holiday decor design, production, delivery, installation, service, removal, and storage. f. Hilkka Chartier - Leblanc Illuminations - Export Director .,( 18 Arils -11c Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / NIAGARA FALLS - PHOTOS (RFP) 2017 -077 -JC Holiday Lighting 19 sfi c Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / BRUSSELS, BELGIUM a. Winter Pleasures, Brussels, Belgium Client Contact: Hilkka Chartier Leblanc Illuminations - Export Director +33 (0)6 08 74 49 55 hchartier@groupe-leblanc.com b. 1.5 million is the estimate of the number of people who attended winter pleasures this year. The Christmas market in Brussels includes five weeks of activities and therefore records stable attendance. Brussels contracted Leblanc Illuminations to design holiday decor for their streetscapes and provide several interactive pieces. Please see video on the web: https://youtu.be/vmF1jK1i2KM c. Total project cost: not available d. Contract term: not available e. Prime contractor for holiday decor design, production, delivery, installation, service, removal, and storage. f. Hilkka Chartier - Leblanc Illuminations - Export Director 20 Arid iC Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / BRUSSELS, BELGIUM - PHOTOS (RFP) 201 7 -077 -JC Holiday Lighting 21 A tr-h sfic Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / CITY OF NORTH MIAMI a. Holiday Lighting for City of North Miami Client Contact: Christine Carney / Assistant Director 776 NE 125 Street, North Miami, FL 33167 305-895-9840 Ext. 12222 ccarney@northmiamifl.gov b. LED Holiday Lighting for the City of North Miami. Areas included City Hall Building, Griffing Park, North Miami Public Library, and Joe Celestin Center. Decor included rooflines, wreaths, LED illuminated snowflakes, and palm trees. c. Total project cost: $22,241.00 d. 1 year contract e. Prime contractor for holiday decor design, delivery, installation, service, removal, and storage. f. Daniel Biller - Holiday Lighting Designs, Inc. - Project Manager 22 Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / TOWN OF GOLDEN BEACH a. Holiday Lighting for Town of Golden Beach Client Contact: Michael Glidden/ Alexander Diaz (town manager) 1 Golden Beach Dr (Town Hall), Golden Beach, FL 33160 305-932-0744 mglidden@goldenbeach.us / alexdiaz@goldenbeach.us b. LED Holiday Lighting for Town of Golden Beach included monument signs, palms, and roofline lighting throughout the city. Areas included Loggia Beach Park, Ocean Boulevard to Golden Beach Drive, Golden Beach Drive to Centre Island Drive, South Park Grass Circle, and North Park Grass Circle. c. Total project cost: $29,994.75 d. 3 year contract e. Prime contractor for holiday decor design, delivery, installation, service, removal, and storage. f. Daniel Biller - Holiday Lighting Designs, Inc. - Project Manager (RFP) 2017 -077 -JC Holiday Lighting 23 A v--1-15-1 IC Holiday Designs DESIGN. CREATE. EXPERIENCE. 2. SIMILAR EXPERIENCE AND REFERENCES / WESTON TOWN CENTER a. Holiday Lighting for Weston Town Center Main. Assoc. Client Contact: Jose Torres 1675 Market Street, Suite 213, Weston, FL 33326 954-349-5900 or Cell 954-515-8863 jtorres@westonleasingfl.com or westontowncenter@gmail.com b. LED Holiday Lighting for Weston Town Center included all palms trees, oak trees, tree decor, and clock tower decor. c. Total project cost: $29,887.50 d. 1 year contract e. Prime contractor for installation, service, removal, and storage. f. Daniel Biller - Holiday Lighting Designs, Inc. - Project Manager (RFP) 2017 -077 -JC Holiday Lighting 24 Avisic Holiday Designs 3. FINANCIAL CAPACITY DESIGN. CREATE. EXPERIENCE. Upon request of the City, a letter stating our bonding capacity from an A -rated Financial Class V Surety Company will be submitted. ':RF -P) 2(. 1 7 07 -JC -{:_;';d _v Lig?, r;^c 25 ski c Holiday Designs QUALIFICATIONS OF KEY PROJECT PERSONNEL DESIGN. CREATE. EXPERIENCE. a. Primary Project Manager: Derek Norwood 16 years of experience, expertise include holiday lighting design and installation. Client References: Rosemont, Orland Park, and New Lenox b. Secondary Project Manager: Kara Wolf 6 years of experience, expertise in customer service and overall project knowledge. Client References: Rosemont, Orland Park, and New Lenox c. Lead Designer: Sara Basch 19 years of experience, expertise in graphic design and overall holiday design. Client References: Rosemont, Orland Park, and New Lenox d. Electrician: Michael Longman 20 years of experience as a licensed electrician with extensive knowledge of electrical legislation, codes and standards of practice, and safety procedures for residential and commercial projects. Client References: DSJordan Gulf Builders Orso Inc. 1930 Alamanda Dr 633 S. Federal Highway #500 915 NE 125th Street North Miami, FL 33181 Fort Lauderdale, FL 33301 N. Miami, FL 33161 Tatianna Varela/Project Manager George Chekuri/Project Manager Kristen Rivera/Estimator Phone: (305) 899-2244 Phone: (954) 492-9191 Wallis Cox/Project Manager *Multiple projects, commercial info@gulfbuilding.com Phone: (786) 428-0563 and residential. In particular: *Multiple projects, commercial *Multiple projects, commercial Pizco Y Nazca Ceviche Gastrobar and residential. In particular: and residential. In particular: Pisco Doral Restauraunt 151 Pool and Guard House 758 Lakeview Drive The Shops at Downtown Doral 151 Royal Oaks Lane Miami Beach, FL 33140 North Miami, FL 33181 e. Operations and Maintenance Manager: Daniel Biller 4 years of holiday lighting operations experience. Client References: North Miami Beach, Town of Golden Beach, and Weston Town Center See next pages for personnel resumes, which includes our team from Leblanc Illuminations. ;R, P' 201,-, -if H,D, i1-, _i;PubUna 26 DEREK NORWOOD 12454 Thornberry Drive, Lemont, IL 60439 I (H) 708-223-8506 (C) 708-878-8503 derekn a'artisticholidaydesigns.com Professional Summary Business Development: - Spearheaded acquisition of two competitor companies.Established and managed partner relationships on a daily basis. Developed new marketing strategy which increased customer base by over 120%. Skills • Contract negotiations • Account development • Background in Lighting Design • Developing local contracts • Profit and loss statements • Management collaboration • Process improvement • Customer service • Financial management • Customer retention • Marketing and advertising • Internet marketing Work History President/CEO Holiday Creations Pro, Inc.- Broadview, IL • Created and launched new online marketing strategies that resulted in 120% sales increase over 4 years. • Hired 3 sales representatives over a 3 -year long period. • Attended sales training camp and brought best practices leadership back to the company. • Maintained knowledge of current sales and promotions, policies regarding payment and exchanges and security practices. • Led sales forecasting, market trend evaluation and segment strategies. • Negotiated prices, terms of sales and service agreements. • Member of Executive Management Team. • Earned the company exceptional ratings and testimonials from clients on hclights.com. • Surpassed revenue goals in four consecutive quarters. • Developed metrics and measured success in order to further penetrate the marketplace. • Analyzed contract performance for bids, budgets and forecasts. 02/2010 to Current President/CEO 02/2015 to Current Artistic Holiday Designs, [IC - Broadview, IL • Designed the financial model for a new business unit. • Analyzed key aspects of the business to evaluate the factors driving results and summarized results into presentations. • Coordinated upper management's market visits and key account calls. • Prepared program operating budgets, budget reports and other financial performance reports. • Drove the short-term and advanced promotional planning processes. • Analyzed contract performance for bids, budgets and forecasts. • Maintained up-to-date account distribution information. • Built strategic alliances with Extreme Lightscapes that resulted in our ability to offer animated simulation into our design concepts. Education High School Diploma: Carl Sandburg High School - Orland Park, IL (RFP) 2017 -077 -JC Holiday Lighting 27 Kara L. Wolf 2140 S Tonne Dr, Unit 215 Arlington Heights, IL 60005 karaw@artisticholidaydesigns.com 847-400-4205 Mission As a resource to your company, I will champion a strategic partnership uniquely implemented to elevate your messaging, increase brand equity and promote a fun customer experience interacting with the brand. I take pride in a strong track record of building collaborative relationships with internal and external staff at all levels. Experience Project Manager: Artistic Holiday Designs (Broadview, IL) Marketing/Sales Execute marketing programs to increase brand identity and brand awareness of a company or product. Achieves operational objectives by contributing information and recommendations to strategic plans and reviews; preparing and completing action plans; implementing production, productivity, quality, and customer -service standards; resolving problems; completing audits; identifying trends; determining system improvements; implementing change. ✓ Passionate brand advocate delivering great customer service and interaction ✓ Implemented and executed new selling strategies to support and maintain sales growth ✓ Promoted product/brand identity ✓ Align customer needs and market conditions to fulfill business objectives ✓ Drove customer satisfaction while fostering lasting relationships ✓ Crafted and presented new resource expenses for commercial expansions and production efficiencies ✓ Full project P&L responsibility and management ✓ Managed company resources encompassing the entire scope of the project ✓ Self -sourced and networked to build cliental base ✓ Executed product and brand strategy roadmaps for portfolio pipelines Sept 2016 — Present Account Manager: HuTech Resources (Itasca, IL) Sept 2014 — Sept 2016 Finance/Healthcare ✓ Active account management monitoring, collecting and recording receivables ✓ Developed and customized financial plans to facilitate appropriate payment schedule ensuring positive cash flow ✓ Accuracy and consistently prepared and presented claims to public and private insurance companies Revenue Cycle Officer: Flexeon Rehabilitation (Oakbrook, IL) Finance/Healthcare ✓ Maintained and evaluated records for billing accuracy ✓ Built and maintained key relationships with customers promoting brand awareness ✓ Responsible for procurement, customer relations and account management Aug 2011 Sept 2014 Medical Billing Supervisor/ Intake coordinator: Central Sleep Diagnostics (Northbrook, IL) June 2009 — Aug 2011 Finance/Healthcare ✓ Developed, organized and implemented the full patient experience managing expectations for visit effectiveness ✓ Facilitated and instructed on-going patient education ✓ Maintained balance sheets, processed and applied to Reimbursement Institutions Education Pivot Point International Academy: Bloomingdale, Illinois Cosmetology Skills Sept 2009 — March 2008 Social media marketing, Microsoft Office Suite, ability to adapt and prosper fast pace environment, impeccable written & verbal communication, attention to detail, self -motivated, team player AFP 201 7,0; a v ig ^ir;q 28 Sara Basch 1520 Yorkshire Drive Hanover Park, IL 60133 847.772.0480 sarab@artisticholidaydesigns.com Professional Summary Creative, hands-on professional with expertise in graphic design, art direction, marketing and project management. Design Experience Artistic Holiday Designs, Broadview, Illinois - February 2015 — Present Director of Marketing & Design, www.artisticholidaydesigns.com Responsible for maintaining a complete and effective design process; client meetings, concepting, design, production, follow-up, and product satisfaction. Lighting projects include municipality, commercial, parks, and recreation centers. Created brand assets and oversee implementation across all media channels. Holiday Creations Pro, Inc., Broadview, Illinois, January 2009 — Present Director of Marketing & Client Relations, www.hclights.com Manage office team and installers to maintain customer schedules, standards, and client satisfaction. Responsible for creation and coordination of media projects in areas of print, web, exhibit, and advertising. Curtis Creative, Batavia, Illinois, January 2006 — December 2008 Art Director, www.createwithcurtis.com Artisan Talent, Chicago, Illinois, April 04 — December 05 Freelance Designer Raymond Design Group, Crystal Lake, Illinois, August 02 — March 04 Junior Designer Software MAC Platform: InDesign, Photoshop, Illustrator, Acrobat, Microsoft Office, Wordpress Education Northern Illinois University, Bachelor of Fine Arts in Design, Emphasis Visual Communications Graduated with Honors in May 2002 Northern Illinois University Study Abroad Program Design and Architecture in Northern Italy, 2001 Personal Development 4A's Account Leadership Workshop and Best Practices Workshop 2008 How Design Conference Attendee 2016 Leblanc 2.0 Export Conference, Megeve, France (RFP) 2017 -077 -JC Holiday Lighting Michael W. Longman Expert Witness & Consultant Longman Electric, Inc. (305) 758-1211 Electrical Contractors EC License #: 13003713 844 NE 98 Street Miami Shores, FL 33138 (305) 758-1211 longmanelectric(a)bel Isouth.net CURRICULUM VITAE CONSULTANT AND EXPERT WITNESS Michael Longman, President of Longman Electric, Inc. has 20 years of hands-on experience in new construction and remodeling (interior and exterior) for commercial buildings, residential buildings and industrial buildings. Michael is a licensed electrical contractor in the State of Florida. Michael is a suitably qualified electrician with extensive knowledge of electrical legislation, codes and standards of practice. Possessing an in depth knowledge of safety procedures for both construction and maintenance projects. He is a truly unbiased and a highly qualified expert in all professional fields that he practices. Michael has offices in Miami Shores and North Miami and is available for nationwide inspection, consultation, forensics analysis, and testimony. Expert services available for building inspections (all types), site evaluation, product evaluation, analysis of defects, poor workmanship, assessment of building charges, costs and estimates, built per plans verifications, analysis of improper application, proper installation, product defect or liability. All facets of construction related claim analysis. Expert witness, forensic analysis, evaluation and consultant relating to existing buildings, budding components of electrical, for residential, commercial, County and State government facilities, commercial and industrial construction and project management (all facets) for new and remodel. Construction consultation for existing construction projects of all kinds. ELECTRICAL CONSTRUCTION Electrical construction (new and remodel) of Commercial; Industrial and chemical plants; Residential, Multi - Residential and Condominium; Retail Construction, Shopping Malls and strip centers; Hospitals and airports; Hotels and motels; Chain store and franchised business construction; Restaurant and food processing facilities; Auto malls and car rental facilities; Storage and repair facility construction and service maintenance. ABOUT THE EXPERT Michael Longman, was born in 1974 in New York and is an American citizen. Michael is the President of Longman Electric, Inc. has 20 years of hands-on experience in new construction and remodeling (interior and exterior) for commercial buildings, residential buildings and industrial buildings. Michael is a licensed electrical contractor in the State of Florida. Michael has a strong background in electrical construction and lighting. He is often called upon by colleagues for his expertise in troubleshooting, material selection, proper usage of tools and materials, procedures and installation. He owns an active electrical contracting company and does not rely upon his expert services for his source of income. Michael has offices in Miami, Florida and is available for nationwide inspection, consultation, forensics analysis, and testimony. (RFP) 2017 -077 -JC Holiday Lighting 30 Michael Longman, Expert Witness Curriculum Vitae; Page Two EMPLOYMENT HISTORY Master Electrician, 2007 - Present Longman Electric, Inc., Miami, FL Responsibilities: Participate in the installation of large lighting projects Install generators at many locations Supervise and manage day to day projects Installed 200-3000amp services at 120-480 volt Read and interpret diagrams and plans to our clients and coworkers. Estimate and coordinate all projects Coordinate and teach at companies safety meetings Electrician and Property Manager, 2002 - 2007 Shula Enterprise, Miami Beach, FL Responsibilities: Maintained and installed electrical projects at several personal owned high end homes. Replaced all electrical for new chilled water compressor Company Electrician, Supervisor and Foreman 1993 - 2002 Edd Helms Electric, Miami, FL Supervised and Managed several large products Ensured that required clearances and permits are already complied before starting on the project. Attended promptly to issues concerning short circuits and wiring failures Supervised large Hotels and Condominiums to restore lost power due to electrical fire Installed and supervised Electrical systems in Residential, Commercial and Industrial Supervised new product line at Velda Farms EDUCATION High School Diploma, 1992 Arch Bishop Curley Notre Dame, Miami, FL 2 Years of College, 1994 Miami -Dade Community College, Miami, FL 5 Years Apprentice Program Diploma, 2000 International Brotherhood of Electrical Workers, Miami, FL Inside Journeyman wireman License 1996 -Present State of Florida unlimited Electrical Contractor License 2007 -Present PROFILE SUMMARY Michael Longman has 20 years hands-on experience in new construction, remodel, renovation, consultation, project management, inspection, and analysis for all types of construction. Michael is expert in all facets & trades of (new/remodel construction) for healthcare facilities, commercial, industrial, hotel, institutional, multi - residential, condominium, and residential. Michael Longman is a licensed Electrical contractor and is a consultant for most facets of commercial, industrial and residential electrical construction related problems and occurrences relating to defects, poor workmanship, premises liability, product liability, and personal injury. 7 C7 . - +, -' , , : 31 Michael Longman, Expert Witness Curriculum Vitae; Page Three TRAINING IBEW International Apprenticeship 5 year program Leviton low voltage certified Mike Holt State of Florida Electrical Contractor Course and Continuing education AWARD Super Service Award, Angie's List 2010, 2011, 2012, 2013 SKILLS Experienced in field installations Knowledgeable in testing and validating electrical devices Ability to read blue prints and diagrams Knowledgeable in NEC and Building Code Experienced in lighting, electrical, low voltage, motor controls, fire alarm, Lighting controls, marine power, shows and events Trained and educated in electrical safety and quality workmanship 32 Daniel Biller Holiday Lighting Designs, Inc. Lake Worth, FL 33467 Sales(a�FloridaLightingDesiqns.com 561.667.5493 Objective To secure contracts with municipalities, HOA's and property managers for holiday lighting displays. Summary of Qualifications Ability to supply, install and maintenance holiday lights and decor. Proficient in design and installation for cities. Ability to manage multiple crews and equipment to achieve installation deadlines. Knowledge of OSHA compliance standards. WORK EXPERIENCE Operations Manager/ Sales Holiday Lighting Designs, Inc. Lake Worth, FL 33467 August 2014 to Current -Sales -Staffing new employees -Scheduling - Ordering and maintaining equipment - Inventory and ordering supplies - Orchestrating service calls Operations Manager/ Sales Business Minded, LLC Lake Worth, FL 33467 August 2011 to August 2014 -Sales -Staffing new employees - Scheduling - Ordering and maintaining equipment -Inventory and ordering supplies Owner/ Operator Biller's Decks & More, LLC. Stafford, VA 22556 August 2004 to December 2011 - Sales - Staffing new employees - Scheduling - Ordering and maintaining equipment -Inventory and ordering supplies - Orchestrating service calls (RFP) 201 /-0//-JC Hoiiday Lighting 33 9901 N. Oak Knoll Circle Davie, FL 33324 Tom Brady Phone 954-895-9891 E-mail tbrady@acmebarricades.com Objective An Executive level position that will allow me to showcase my strong management skills, execute my experience and knowledge to devise strategies that generate the desired outcomes and serve the organization in the best manner possible. Professional 2014 — Present Acme Barricades Jacksonville, FL Experience South Florida Regional Manager 2012 — 2014 Coloney Bell Engineering Tallahassee, FL Business Development 2005 - 2012 Bob's Barricades, Inc. Sunrise, FL Senior Vice President • Primarily responsible for overseeing operations of our eleven offices throughout Florida and Arizona. Have increased revenues and profits through customer relations, sales, expense control, and budgeting. • Responsible for hiring and retaining quality employees. I worked together with our Branch Managers, visiting their offices frequently and helping to guide them in their decision making. • I managed all claims and lawsuits for accidents occurring on road construction projects where Bob's Barricades was a subcontractor. I worked closely with our third party administrator(TPA), insurer, and assigned counsel to assist in settling these claims and lawsuits equitably. 2002 - 2005 Bob's Barricades, Inc. Phoenix, AZ Arizona Operations Manager Expanded the company's operations in Phoenix and opened new offices in Tucson and Kingman. Assisted Bob's Barricades in becoming a market leader in Arizona. 1997 - 2002 Bob's Barricades, Inc. Miami, FL South Florida Branch Manager • During five year tenure as Manager of the South Florida Branch, profit increased more than 100%, making it become the anchor branch of the company. This was accomplished through more aggressive sales and broadening of our product line. 1989 - 1993 University of Florida Gainesville, FL Bachelor of Science • Major in Finance • Minor in Economics 34 Hilkka CHARTIER 12, rue Pierre Chamboissier F-37210 Rochecorbon (FRANCE) Phone : + 33 6 67 33 72 73 Email :hilkka@orange.fr prori Linked 44 years old, married, 2 children Driving licence (B) Profile : INTERNATIONAL SALES DIRECTOR (Leblanc Illuminations) * 16 years international experience in sales, marketing & project management * 3 languages: English/German/French and school notions in Dutch * 10 years experience in international and inter -cultural management * A-levels and 5 years studies at university (SCEFAT) Employment Experience 2014-2017 EXPORT SALES MANGER Martineau SAS, Manufacture of metal ware, Saumur (49, France) Development of international sales (25 countries) 2013-2014 EXPORT & MARKETING SALES MANAGER Chateau de Miniere, wine estate, Ingrandes-de-Touraine (37, France) Development of sales in France and abroad (export) 2002-2012 2000-2002 EXPORT MANAGER InterLoire — Interprofession des Vins de Loire, Tours (37) International project management (UK. B. NL. D. IRL. RUS, Jap) Wine promotion & business development Administrative and financial tasks International management MANAGER OF MARKETING PROJECTS French representation of the Official German Marketing -board for food and beverages industries, Rambouillet (78, France) Consultancy and assistance for Germ. exporters and French importers of food and beverages Sales promotion (on trade and off trade) Public relations 1998-2000 COMMERCIAL ASSISTANT Rohde & Schwarz France, Meudon-La-For& (92, France) Development of the US market Wine sales increased more than 20 % in volume with the r French on trade distributer of beverages Strategic Marketing International project managment International Fairs et Exhibitions Responsable of an annual budget of 1 million € Management of 15 — 20 persons Marketing consultancy for more than 50 companies Negotiations with the leading supermarket chains in France Writing abilities Administrative and financial skills Sales administration and management of litigations. (RFP) 2017 -077 -JC Holiday Lighting 35 DUCATION 1998 DEA d'Etudes Germaniques, Universities of Metz and Sarrebruck « Second. Cycle d'Etudes Franco -Allemandes Transfrontalieres (SCEFAT) 0: Interdisciplinary studies (5 main skills) : Economy, Law, Languages, Marketing and Inter -cultural Communication. 1997 Master II SCEFAT, Universities of Metz and Sarrebruck 1995 DEUG LCE, Option German, University B. Pascal Clermont -Fd. 11 1993 DEUG Lettres Modernes, 1st year, University B. Pascal, Clermont -Fd. II 1992 German A-levels (main courses : English, French, History, Biology) LANGUAGES AND SOFTWARE SKILLS German Mother tongue, first language French Very fluent spoken and written English Fluent spoken and written Dutch School notions Software Linux and Windows (Word, Excel, Powerpoint), frequent internet user, experienced in using databases and social media. Hobbies Associative Participation in the German -French town -partnerships Sports Swimming (competition), tennis, basket -ball, skiing Divers Lecture, traveling, music 36 t. 85 91" 73 111 E ail: gheuripeat r. groupe-leblanc:com i Experience 2015 — ... • EXPORT & PRODUCTION DIRECTOR Groupe Leblanc & Leblanc Romania, Illumination manufacturer France & Romania - To supervise & manage all LEBLANC subsidiaries -Management of the Export Team based in France PRODUCTION DIRECTOR Groupe Leblanc & Leblanc Romania, Illumination manufacturer France & Romania -Plants establishment -Refreshing renting decorations SALES & PRODUCTION MANAGER Groupe Leblanc & Leblanc Romania, Illumination manufacturer France & Romania -Optimization of manufacture process -2008: Creation & General Director of EEI (Eastern Europe Illuminations) - Romanian Groupe Leblanc's subsidiary. GENERAL MANAGER Chromex & Groupe LCX, Illumination manufacturer Le Mans, France -Integration of decoration manufacture -2002: Creation of Groupe LCX (Acquisition LEBLANC & CHROMEX) DEPUTY GENERAL MANAGER Chromex, Electrical Material Supplier Le Mans, France SALES MANAGER Chromex, Electrical Material Supplier Le Mans, France -First to introduce garland to retail stores -Working with biggest French electrical goods stores AFTER SALES SERVICES MANAGER Chromex, Electrical Material Supplier Le Mans, France - Reparation & purchasing of after sales material • HOUSEHOLD APPLIANCES REPAIRMAN Launay, Domestic Electrical Material Le Mans, France (RFP) 2017 -077 -JC Holiday Lighting "With a strong 32 year experience in the company, I have a global view of all the stages in the illuminations chain. My knowledge and experience in row - material, manufacture process, installation and in the company organization ensure a product optimization in order to fulfill our client's requirements." • Skills PROFESSIONAL Technical & Production Knowledge Management International Negotiation PERSONAL Stress -resistance Flexible Independent Involved • Education ANN NON NN IN N NN NNW PROFESSIONNAL COMPETENCE CERTIFICATE IN ELECTRONICS & EQUIPEMENT (CAP) Le Mans, France 1977-1979 37 Umberto MAURIZIO EXPORT & DEVELOPMENT DIRECTOR Phone +33 (0)670 985 096 - Email umaurizio@freevox.fr Address allee des erables, 76 Villepinte - FRANCE PROFESSIONAL HISTORY EXPORT DIRECTOR FREEVOX Audiovisual & lighting manufacturer/distributor Worldwide Implementation of local distributor MANAGING DIRECTOR AED GROUP FRANCE & SPAIN Audiovisual & lighting manufacturer/distributor Worldwide Implementation of local distributor GENERAL MANAGER PIXTECHNOLOGY BELGIUM & SPAIN Consulting for major European AV production company Design and realization of entertainment & events VIDEO ON SITE MANAGER PRODUCTION RESSOURCE GROUP EUROP Conception & realization of Led screen for major show Management of crew time VIDEO OPERATOR PROCON BELGIUM & GERMANY Expertise in video wall & large projection screen Realization of fashion show (Versace, Armani) SOUND & LIGHT OPERATOR ET&F GROUP BELGIUM Operator for car show (Geneva, Detroit, Paris) Realization of events for Coca -cola, Microsoft SOUND & LIGHT TECHNICIAN OMEGA PRODUCTION BELGIUM In charge of sound & light for different tours APR 2014 -PRESENT DEC 2009 -APR 2014 JAN 2005 -DEC 2009 MAR 2002 -JAN 200 JUNE 2000 -MAR 20026 APR 1998 -JUN 200 FEB 1996 -APR 199 PROFILE EXPERIENCED, RESOURCEFUL AND EFFECTIVE WITH PROFICIENCY IN ALL ASPECTS OF LIGHTING I CAN MANAGE A GLOBAL PROJECT FROM DESIGN TO REALIZATION. SKILLS PROFESSIONAL MANAGEMENT COMMUNICATION NEGOTIATION STRATEGY DEVELOPMENT PERSONAL INDEPENDENT EFFECTIVE FLEXIBLE CREATIVE LANGAGES FRENCH ENGLISH ITALIAN DUTCH SPANISH EDUCATION CERTIFICATE OF INDUSTRIAL ELECTRICITY & MANAGEMENT Namur, Belgium 1998 (RFP) LU i /-U//-JC: Holiday Lighting Maxime LEGER 24 years 9 rue de la pinkie 72230 Mulsanne Tel : 06.74.88.13.82 E-mail : leger.maxime(c�hotmail.fr Permis B, Vehicule EDUCATION Industrial Designer Dynamic, Applied Imvolved, Observer 2014-2015 Professional License Design and Realization of Special Machines IUT Angers-Cholet, Cholet 2011-2014 Upper Technician Certificate Industrial Product Design Lycee Chevrollier, Angers 2008-2011 BAC Industry Science and Technology Mechanical Enginnering Lycee Gabriel Touchard, Le Mans PROFESSIONAL EXPERIENCES Since 26/09/2016 Le Mans Of 09/06/2016 to 23/09/2016 Le Mans Groupe Leblanc, Industrial Designer Decoration design CLAAS Tractor, Techniciai designer office of methods Design of tools Of 09/02/2015 to 29/05/2015 CLAAS Tractor, Le Mans Technician designer office of methods Design of tools Of 02/07/2012 To 31/08/2012 SOURIAU, Le Mans Technician designer office of methods Design of special machines CENTERS OF INTEREST AND SKILLS Language skills: ➢ English : School level, stays in england ➢ Spanish : School level Computer skills: ➢ Solidworks, ➢ Word, Excel, PowerPoint ➢ Paint, Photofiltre Centers of interets: ➢ Karting in competition (RFP) 2017 -077 -JC Holiday Lighting :i9 K • VMlJO 1, • IMO --1 z_ z cI (RFP) 2017 -077 -JC Holiday Lighting mUJ xr 70 Oc-, m O OE • N o LOO 23 0 m m N 0 r m m m z m • C) v r v .71 ✓ m °o ro o n rt o o 3 o_ y 7 _ fD a�<•DJ CD a a O c rrDD 'O `< 17 n a e 0 o N + o, o • 3Md• rD • n K o T I navn o a .O •y 5 574 p T. La,. nal d ns o N O n�-�OJ7 L a) O n o rrD - c 3 •rD 3 r. CD N fl- n' o = d , o o rao o. _ c o Cu m < Q of 7, CV CD a Cu 3 `„ o Q rD C F 3 a c c ii,° (-3• r• ro St rc o 0 = o 30 o, o to c m -13 m vs m -0 ov4.A rn kJ to o m 1- Nr D Z m a kla Z Zi o J 5. 3 n m 3 roOJ m 40 ��.. SOPHlE BOUGLER // PRODUCT DESIGN MANAGER sbougler@groupe-leblanc.com > Street light decoration design > Vector illustration design > 3D modeling > Drawing > Photo editing and integration > Visual identity design > Logotype, brochure, flyer design > Trade show booth design > Large-sized installation projects PROFESSIONAL EXPERIENCES > February 14 at now // PRODUCT DESIGN MANAGER GROUPE LEBLANC Street fight decoration design for communities and malls (France and nternatonal). New collections design, trend and material research, Photo editing and integration, drawing, 3D modeling. > July 11- January 14 // GRAPHIC DESIGNER GROUPE LEBLANC Brochure, logotype, flyer design. Photo editing and integration, vector illustrations, 3D modeling Organize photo shooting with professional > October 10 -April 11 // GRAPHIC DESIGNER HASTONE Layout of brochure, flyer design, photo editing. Logotype design, shop sign, point of sale > January 07- April 09 // TECHNICAL GRAPHIC DESIGNER FRANCE URBA Brochure, logotype design Street furniture and skate park design 3D modeling Photo editing and integration HOBBIES AND PERSONAL INTERESTS Dance, song, guitar, paint, mode and cinema. (RFP) 2017 -077 -JC Holiday Lighting �q . -NI; 00Pft- • Ids `� `o'► ►'viii to e" G FLASH CINEMA 4D SOLIDWORKS DEGREES BACHELOR'S DEGREE LITERATURE - ARTS 2003 - ECOLE SUPERIEURE DES BEAuX•AF GRADUATION CERTIFICATE OF ARTS 2.004 FCOLE c ;PERIE' JPE DES BEAk.'t ". FRENCH NATIONAL ENGINEERING & TECHNOLOGY DIPLOMA - AREA DESIGN CONTES AWARDED : 1 PUBLIC PR AT SARTHE HOME FAIR - STREET FURNITURE AWARDED . SPECIAL PRIZE OF JURY - STREET FURNITURE CONTEST 41 Justine Duveau Graphic Designer 7 rue de la mairie 72700 Rouillon Born 08 /07/1989 justine.duveau@gmail.com http://justineduveau.wixsite.com/graphiste 06 51 57 34 17 Licences A et B Professional Skills : Software : Photoshop, InDesign, Illustrator, Flash, Final Cut, Premiere, Avid. Environments : Macintosh et PC. Graphic Skills : photos retouching, logo, layout, posters, flyers, banner, animations. Professional aptituds : critical and creative mind, organize, multipurpose, independant. Languages : French & English Formations : 2009-2010 : Licence professionnelle Technique et Activite de 1'Image et du Son, in Haguenau (67) : web and print graphics, After Effects animations, Flash, cinema. 2007-2009 : DUT Services et Reseaux de communication, in Laval (53) : graphics, programmation, cinema, comunication, management. 2005-2007 : Baccalaureat Economique option English and Arts, in Allonnes (72). Professional Experiences : April 2012 to today : Graphic Designer at Leblanc Illuminations, in Le Mans : photomontage, layout, animations, create decorations. September 2012 to January 2013 : Graphic Designer at Pronuptia, in Laval : Posters, flyers, emailing, Banners, website template, layout. October to December 2011 Graphic Print designer at Print's Comuel, in Chantenay- Villedieu (72) : Posters, flyers... October 2010 to June 2011 : Web and Print graphist designer and video editor at Atout Consulting, in Coueron (44) : editing videos of golf, banners, flyers, communication, marketing. March to June 2010 : Intern Video editor at Le Mans TV (72) camera and video editing. Hobbies: Roller Derby, Travel, cinema, Musique Festivals. (RFP) 2017 -077 -JC Holiday Lighting 42 Christine Chartier GRAPHIC DESIGNER Contact T. 02 43 47 89 29 chartierpatcris@wanadoo.fr 12,04/1967 11 route du creux 72700 Etival les le Mans Experience waitress : "Holiday inn" restaurant Worker Factury LEBLANC: Denudage de cordon Wrapping Sertissage de cosse Moulage de prise electrique Repairs Decoration cabling Graphic Designer Photomontage Create decoration Animations Photos by night and inside Education School Restauration school Graphic training Skills 1985-1987 1987-2011 2010-2017 Photoshop Indesign Illustrator Flash Hobbies Running Painting Photos 1983-1985 2009-2010 (RFP) 2017 -077 -JC Holiday Lighting 43 SOLENE TEXIER solenetexier.graph er gmaiLcom 06.75.26.66.76 13 rue Camille Pissarro 72100 Le Mans Graphic designer Creative, versatile and meticulous 3DSMax Photoshop After Effect StoryBoard HTML Cinema4D Illustrator Premiere Dessin CSS Vray Indesign Graphic designer 3D, IFSTTAR, Salon de Provence (13) — April 2014 to June 2014 Creation and optimization of 3D objects for a driving simulator Photographer's technical assistant (Loup Mireille) — 2013 Creation and integration of 3D objects in anaglyphs Graphic designer 3D, IFSTTAR, Salon de Provence (13) — June 2013 Creation and optimization of 3D objects for a driving simulator Graphic designer 2D/3D, Studio CG Designer, Narbonne (11) - March 2011 PAO Creation of 3D animations Graphic designer 2D/3D, LeBlanc Illuminations, Le Mans (72) — Since June 2016 Creation 3D Layout Photomontage Versatile team member, MacDonald's, Mulsanne (72) —July 2014 to April 2016 Organizer, Day camp Royal Kids, Arles (13) — 2013 2014: 2 years technical degree in Service and networks of communication, IUT d'Arles (13) 2011: Vocational training in 3D animation, MJM Graphic Design, Rennes (35) 2009: Scientific French Hight School Diploma, hight school la Germiniere, Rouillon (72) MISCELLANEOUS driving license. English TOEIC B2 level (650 points). Center of interest: video games, drawing, horse -ball, fitness. (RFP) tioisday Liyfltm Ar lc Holiday Designs 2. CERTIFICATE AND LICENSES Tom Brady Acme Barricades 3400 Burris Road Davie, FL 33314 Cell (954)895-9891 MOT #: B630-833-71-389-0 FDOT This Certifies that Thomas M. Brady Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advanced (Refresher) Course. Date Expires: 11/28/2020 Instructor: Juan Morales ATSSA Phone: 540.368-1701 15 Riverside Parkway Ste.100 Fredericksburg, VA, www.atssa.com donna.clark@atssa.com Certificate # 23418 FDOT Provider # 37 SAFER ROADS SAVE LIVES DESIGN. CREATE. EXPERIENCE. (RFP) 2017:077 -JC Holiday Lighting 45 T woo'uiwpepw cn 9) C. rn b m a n� m � iv sa 0) 0) vi o n) a) 3 < < C) o 3 m # aapinoad ioa 2 O # aleoW1J00 OZOZ/8Z/ 4 L mmi • 1 • a) O-(6) Y • ...�0 O 1 W �,CD • 0 .71 �Mv ;SCD cno n m oco 0 —17, sash salaam uenr ApeJ9 .w sewoq j LE (RFP) 2017 -077 -JC Holiday Lighting 46 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 LONGMAN, MICHAEL W LONGMAN ELECTRIC INC 844 NE 98 STREET MIAMI SHORES FL 33138 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services. please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and team more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR LICENSE NUMBER EC130Q3713 (850) 487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION EC13003713 ISSUED: 06/26/2016 CERTIFIED ELECTRICAL CONTRACTOR LONGMAN, MICHAEL W LONGMAN ELECTRIC INC IS CERTIFIED under the provisions of Ch.489 FS. Exprration date AUG 31, 2018 L1606230CC1537 DETACH HERE KEN tAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD The ELECTRICAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 LONGMAN, MICHAEL W LONGMAN ELECTRIC INC 844 NE 98TH STREET MIAMI SHORES FL 33138 ISSUED: 06/26/2016 DISPLAY AS REQUIRED BY LAW SEQ # L1606260001537 (RFP) 2017 -077 -JC Holiday Lighting 47 Solicitation No: RFP 2017 -077 -JG Solicitation Title: Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations Procurement Contact: JASON CROUCH Tel: 305-673-7000 X6694 Email: jasoncrouch@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. General Proposer Information. FIRM NAME: Artistic Holiday Designs No of Years In Business: 4 No of Years in Business Locally: 20 OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): 2030 Parkes Drive CITY: Broadview STATE: IL ZIP CODE: 60155 TELEPHONE NO.: 708-223-8847 TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: 2030 Parkes Drive CITY: Broadview STATE: IL ZIP CODE: 60155 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Derek Norwood ACCOUNT REP TELEPHONE NO.: 708-223-8847 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: DerekN@artistichoiidaydesigns.com FEDERAL TAX IDENTIFICATION NO.: 47-4074306 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. 21 Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting Ari-ts tc Holiday Designs DESIGN, CREATE. EXPERIENCE. APPENDIX A / PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS Veteran Owned Business. Is Pro oser claiming, a v eran 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. 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 Cay 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, jvr� 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 /1l/4 3, 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. fN r4' . 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. 4, Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- erformance by an blic 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). 5. 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 at applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub -consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directtyo indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. A4 6, 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 Department of Procurement Management 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.miamibeachft.govlprocurement/. S 1 A774, + 6 (RPP) 2017 -077 -JC Holiday Lighting 49 Ar+ -15+1 C Holiday Designs DESIGN. CREATE. EXPERIENCE. APPENDIX A / PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall he required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13 (October 1, 2012), the hourly living rate will be $11.28/hr with health benefits, and $12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI -U) Miami/Ft, Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to Implement same (in a particular year). Proposers' failure to cornply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement Is available at www,miamibeachtl.gov/procurement/. SUBMITTAL REQUIREMENT: Na additional submittal is required. By virtue to the living wage requirement. of xe uting this affidavit document, Proposer agrees 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. 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 WI NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit 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.miamibeachfLgov/procurement/. (RFP) 2017 -077 -JC Holiday Lighting 50 Holiday Designs DESIGN. CREATE, EXPERIENCE. APPENDIX A / PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 9. 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 vender 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 perforrn 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, Propo with the requirements of Section 287,133, Florida Statutes, and certifies it has not been placed on convicted vendor list, r agrees 10, 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. 11. 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. 12. 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 employrnent 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 agreementT in addition to any damages that may be available at law and in equity. 13. 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 Addendum 1 Initial to Confirm Receipt Addendum 6 Initial to Confirm Receipt 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 dditional confirmation of addendum is reauired. submit under separate cover. 24 Reatiest f r Propos I (RFP) 201 7-077-JCHoliday Lhtin, (RFP) 201 7-07 7 -JC Holiday Lighting 51 AvHsc Holiday Designs DESIGN. CREATE, EXPER!ENCE. APPENDIX A/PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS DISCLOSURE AND DISCLAIMER SECTION The solicitation referonced herein is being furnished to the recipient "Gay") 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 ' obligation part ' In its solo 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 Rs 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 b | iom 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 o0|iatem, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solelfor 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 inforrnation in this solicitation. Any reliance on these contents, or on any permittedoom nications witCity officials, shall be at the recipients 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 as 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 liobility with respect to (his soticifation, the seloction and the award process, or whether any award will be made. Any recipient of this sollcitation who reaponds hereto fully acknowtedges all the provisions of this Dlsclosure and Disclaimer, is totaily 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 Propesal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information |ofor guidance only, and doos not constitute all or any part of an agreement. Tho Cily and all Proposers will be bound only as, if and when a Proposal(oPmpoua|o).00eumwmuybnmodi8od.andthmupp||oub|o 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 roaovn, or for no reason, without any resultant Ilability to the City. The City is governed by the Gmmmment.|n-theGumhino Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. AU 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 (ime, all doouments 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 lhat the City has thight to make any inquior investigation it deems appropriato to substantlate 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 oomp|ete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything ined ithe solicitation, all Proposers that ithe nt of a final unappealablejudgmon 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 undorstood that the provisions of thls 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 lawslawsof Ihe State of Florida, Request furPropomzb(RFP)2O|7f)77-JCHoliday Lighting (RFP)2O170/7JCHoliday Lighting 52 Holiday Designs DESIGN, CREATE. EXPERI - ICE, APPENDIX A / PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 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 Pro osal Certification, Questionnaire and Re uirements Affidavit are true and accurate. Name of Proposer's Authorized Represen ative: ct e\ Sign f Proposer's thorized Representative: Title of Proposer's Authorized Representative: e (-CI c`pri State of FLORIDA ) County ofrAin-c--.,, of c›, the said cdporation by authority of instrument to be its voluntary act and r Notary Public State of Florida Cynthia J MIIIer "' My Commission FF 967629 Expires 02/04/2020 On this day of 20L7personally appeared before me e0)i1 who stated that (s)he is the and that the instrument was signed in behalf of its board of direCtors and acknowledged said dee fore me: Notary lic for the State of My Commission Expires: (RFP) 2017 -077 -JC Holiday Lighting 53 c DESIGN. CREATE, EXPERIENCE. Holiday Designs APPENDIX A / PROPOSAL CERTIFICATION QUESTIONNAIRE AND AFFIDAVITS RESOLUTXONNO. 2000-23879 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS PRIOR TO ENTERING INTO A CONTRACT WITH THE CITY OF MIAMI BEACH WHEREAS, the Greater Miami Chamber of Commerce ("GMCC") adopted a Model Code of Business Ethics (the "Model Code"); and WHEREAS, the City of Miami Beach is a member of the GMCC; WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of principles to help snide decisions and actions based on respect for the importance of ethical business standards hi the community; and WHEREAS, the GMCC encourages its members to adopt the principles and practices outlined in the Model Code; and WHEREAS, the Commission believes that each entity which does business with the City of Miami Beach should be required, as a condition of doing business with the County to adopt a Code of Business Ethics. NOW, THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA: Section 1. 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 City Manager or his or her designee prior to execution of any contract between the contractor and the City. The Code of Business shall, at a minimum, require the contractor to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provisions of the City Code. Section 2. The Commission urges the Greater Miami Chamber of Commerce to require that all of its members adopt the Model Code of Business Ethics, Section 3. This resolution shall become effective immediately upon its adoption. (RFP) 2017-077,1C Holiday Lghtrng 54 Avtistc Holiday Designs DESIGN. CREATE. EXPERIENCE, APPENDIX A/ PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS PAS ED and ADOPTED this_ 12th day of April 2000 ATTEST: 3--AD-17 Apps. To FCRM & GUAC,r'i &FOR EXECUTION 41 4141 ortk rr,, (RFP) 2017 -077 -JC Holiday Lighting 55 Holiday Designs DESIGN. CREATE, EXPERIENCE. APPENDIX A / PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS STATEMENT OF PURPOSE The Greater Miami Chamber of Commerde CGMCC1 seeks to create and sustain an ethical business climate for its members and the community by adopting a Code of Business Ethics, The GMCC encourages its members to incorporate the principles and practices outlined here in their individual codes of ethics which will guide their relationships with customers, clients and suppliers. This Model Code can and should be prominently displayed at aft business locations and may be Incorporated into marketing materials. The GMCC believes that its members should use this Code as a model for the development of their organizationsbusiness codes of ethics, This Model Code Is a statement of principles to help gid e decisions and actions based on respect for the importance of ethical business standards in the community. The GMCC believes the adoption of a meaningfulcode of ethics is the responsibility of every business and professional organization. Compliance with Governme t Rules & Re ulations . We will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; In dealing with government agencies and employees, we will conduct business in accordance with ail applicable rules and regulations and in the open; We will report contract irregularities and other improper or unlawful business practices to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. Recruitment Select on & Corn.ensatio of Vendors and Suppliers We will avoid conflicts of interest and disclose such conflicts when identified; Gifts which compromise the integrity of a business transaction are unacceptable; we will not kick back any portion of a contract payment to employees of the other contracting party or accept such a kickbadk, Bus iness Accountinq Ali our financial transactions will be properly and fairly recorded In appropriate books of account, and there will be no "off the books" transactions or secret accounts. PromotionSales of Products •nci Services Our products will comply with all applicable safety and quality standards; We will promote and advertise our business and its products or services in a manner which is not misleading and does not falsely disparage our competitors; Doing I3usiness with the Government (RFP) 2017T77 -JC Holiday Lighting 56 Holiday Designs DESIGN. CREATE. EXPERIENCE. APPENDIX A / PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS • We will conduct business with government agencies and employees In a mariner which avoids even tho appearance of impropriety. Efforts to curry political favoritism are unacceptable; • Our bids MI be competitive, appropriate to the bid documents and arrived at independently; • Any challenges to contracts awarded will have a substantive basis and not be pursued merely because we are the, unsuccessful bidder; • We will, to the best of our ability, perform government contracts awarded at the price and under the terms provided for in the contract. We will not submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed. We will abide by ail contracting and subcontracting regulations, O We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, their family members or business associates. • We will not seek or expect preforentiat treatrnent on bids based on our participation in political campaigns. Ife ‘nd Pol'tical Cam We encourage all employees to participate in community life, public service and the political process; We encourage all employees to recruit, support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues: Our contributions to political parties, committees or individuals will only be made in accordance with applicable law and will comply with all requirements for public disclosure, All contributions made on behalf of the business must be reported to senior company management; We will not contribute to the cam aigns of persons who are convicted felons or those who do not sign the Fair Campaign Practices Ordinance, We will not knowingly disseminate false campaign information or upport those who do, Desiyi/ Company Name (RFP) 201 7 -077 -JC Holiday Lighting 57 Holiday Designs MIAM BEACH DESIGN. CREATE. EXPERIENCE. City of Miami Beach, 1755 Meridian Avenue. rl Floor, Miami Beach, FkrIda 33130, www.mi hf ov PROCUREMENT DEPARTMENT Tel: 305-873-7490, ADDENDUM NO, '1 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC DE GN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS March 10, 2017 This Addendum to the above -referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). MODIFICATIONS: RFP Solicitation Timetable Revised Below: lificafons - — .RFP Issued Pre -Proposal Meeting r Deadline for Receipt of Questions Proposals Due Evaluation Committee Review PepeerPreetaten -Approval-Authorizing Negotiations Contraot-Negetiations Phase 11- Technical Proposals Notification Issued to Short -Listed Proposers Pre -Pro osal Meeting Deadline for Recei stions Proposals Due EvaluationCommittje Meetingto Interview Pro oser Presentations FEBRUAR672017 MARCH 1, 2b17 MARCH 13, 2017 AT 5:00 PM MARCH 27, 2017 AT 3:00 PM TBD TBD PailowinglaraMIssiTn- AP -e. revel „... ADDENDUM NO. 1 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS (REP) 2017 07 7 -JC Holiday Lighting 58 15 C Holiday Designs ommission Approval of Final Proposer ontract Negotiations DESIGN. CREATE. EXPERIENCE, TBD FoIIowins Commission Approval II. ANSWERS TO QUESTIONS RECEIVED. Q1: Can proposal submittals for both Phase 1 and Phase 2 be submitted together? Al; The following clarification is made to Information conveyed at the pre -proposal meeting: Only Phase 1 proposals are being accepted at this time, and due on March 27, 2017, Q2: Questions have a deadline on March 13th. Phase 1 "Qualifications" are due March 27th. But if we have questions regarding phase 2 "designs" after the completion of phase 1, are we going to be able to ask thorn? Or do we need to go thru the phase 2 portion now as the deadline for questions is set to expire in one week? A2: Proposers will have an opportunity to ask questions during Phase 11. Please refer to Section 0400, pages 17-18, of the RFP for additional information relative to Phase 11 and the Revised Solicitation Timetable above, A FORTHCOMING ADDENDUM WILL BE ISSUED WITH RESPONSES TO ADDITIONAL QUESTIONS RECEIVED, Any questions regarding this Addendurn should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaolGranad OrriamibeachlItgov. Procurement Contact: Telephone: Email: Jason Crouch [305-673-7000, ext 669/1 IJasonCrouch@m mibeachftgo_v_ Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. ProcurementDirector 1*. A3DEivr5riMrr REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL; MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS (IRFP) 2017 -077 -JC Holiday Lighting 59 15 IC Holiday Designs MIAM BEACH DESIGN. CREATE, EXPERIENCE, Procurement Department 1755 Meridian Ave, Miami Beach, Florida 33139 www.miamibeachltgov ADDENDUM NO, 2 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS March 28, 2017 This Addendum to the above -referenced RFP Is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City, The RFP is amended In the following particulars only (deletions are shown by strikethrough and additions are underlined). MODIFICATIONS: 1, This Addendum shall replace previously issued Addendum No, 2, which was issued In error. 2. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 300 p.m„ on Tuesday, APrIl 4, 2017, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139 11. REVISIONS, SECTION 0300, PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT, pages 13-14, is hereby amended as follows: Cover Letter & Minimum Qualifications Requirements Cover Page, Letter, and Table of Contents. The cover letter must Indicate Prime Proposer and be signed by same. Organizational Chart. Provide an Organizational Chart indicating the role of the Prime Proposer, each Key Team Member Firm and the Key Project Personnel. At a minimum, the Key Project Personnel identified in Tab -4 Tab 3 must be included in the organizational chart. Minimum Requirements: Submit verifiable Information documenting compliance with the Minimum Requirements In Appendix C, Page 29, of the RFP. Qualifications of Key Project Personnel tions of Key Project Personnel: For each key project personnel Included M the organizational chart (for both prime proposer and team member firm(s), Inclusive of subcontractors, provide role in the project, job descriptions, years of experience, area of expertise, resumes, and three (3) prior client references within the last five (5) years, The information shall include. Key Project Personnel (at a minimum) shall include: a, Primary Project Manager b. Secondary Project Manager c. 'Lead Designer d. Electrician(s) e. Operations Manager 1, Maintenance Manager Certifications and Licenses. Individual member(s) of the team should have the following certifications. Identify the personnel possessing the certifications and provide a copy of certlficate(s) and lIcense(s). a. Florida Department of Transportation Maintenance of Traffic (MOT) Course certificate. b. Valid State Electrical License (e.g., Electrical Contractor, Electrical Sign Contractor, Utility Electrical Contractor, Sign Electrician, Maintenance Electrician) ADDENDUM NO. 2 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, FIOLIDAY LIGHTING AND DECORATIONS (RFP) 2017 -077 -JC Holiday Lighting 60 v- STfC Holiday Designs MAN\ BEACH III, ANSWERS TO QUESTIONS RECEIVED. DESIGN. CREATE. EXPERIENCE. Procurement Department 1755 eddian Ave, Miami Beach, Rada '33139 wm.miamibeachfl.gov How do we approach pricing in phase 1? Is any pricing to be included in our Phase 1 proposal other than the Maximum Bid Amount? If we offer various decoration options, giving a maximum price will be difficult. Should pricing be broken down between product and services or will all this be addressed in Phase 2? A1: Phase I shall only consider proposer qualifications. No pricing or b (I proposal amounts are requested for Phase I. We will address pricing options and related questions during Phase 11. Q2: Is this a purchase arrangement whereby The City of Miami Beach buys the decorations in year 1 and contracts us to install, maintain, remove and store for three years? Or is thls a three year rental and service contract? A2: Per the RFP, the successful firm(s) shall furnish, design, install, deliver, maintain, remove, and store lighting, decorations, and displays, The decorations, displays and lighting, as furnished to the City, shall be provided on a rental basis, concurrent with the term of the contract, Q3: Does the City of Mlarni Beach currently own any decorations that it wishes to reuse? A3: No. Q4: Can you direct me to e local place to get MOT certified? A4: Will be answered in Phase II. Q5: Can we get engineering/elevation drawings of the three signs? A5: If available, these will be provided In Phase II. Q6: Will there be a full disclosure of any bidding companies using a lobbyist? A6: Pursuant to Section 0200, paragraph #10, of the RFP, the following applies: COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to ba'or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such noncompliance. Q7: Tab 1 #2, it is mentioned that "At a minimum, the Key Project Personnel identified in Tab 4 must be included in the organizational chart." There Is no Tab 4 that I can see. Is that a clerical error? A7: Please refer to Section 1, Revisions, above. 2 ADDENDUM NO. 2 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JO HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS (RFP) 201 7-07 7,1C Holiday Lighting 61 Air 5-hc Holiday Designs MIAMI BEACH DESIGN, CREATE. EXPERIENCE, Procurement Department 1755 Meridian Ave, Miami Beach, Florida 33139 WWW,miamibeachnov Q8: Can the City please clarify the payment terms, what timeline is there for deposit and balance? A8: Will be answered in Phase IL Q9: Where should proposers list their subcontractors? A9: Please refer to Section I, Revisions, above, Q10: Any restrictions on Lincoln Road for wrapping light sets because of the naturalization of the orchids on the Trees? A10: No Restrictions, Q11: is it possible to see an artistic rendering of Espanola Way of how it will look when finished? Al 1: If available, these will be provided in Phase IL Q12: Is there power available on the decorative lampposts along Washington? If so, what is the voltage? M 2: Will be answered In Phase II, Q13: Please confirm that in response to question #1 and the following answer, Contractor must obtain the MOT certification and Valid State Electrical License prior to approval of work, however these licenses/certifications are not required at the time of the phase 1 qualification round or phase 2 design presentation review? A13; MOT certification and Valid State Electrical License must be obtained prior to the commencement of work. Q14: Is there an overall theme for your Holiday decorations? A14: The theme should be appropriate for the Winter Holiday Season and the iconic nature of our world-class city. The City expects the proposer(s) to provide a theme(s) as a primary objective of their proposal for Phase II, Q15: Is there a budget amount set for thls project or per area? A15: The City has not allocated a budget for this project. In FY16 the City spent $385k for the current holiday lighting contract. Q16: Is there available power at ail light poles? A16: No, The City is currently evaluating available power options and anticipates having that information for Phase 11. 3 ADDENDUM NO, 2 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DE 0 AT ONS (REP) 201 7 -077 -JC Holiday Lighting 62 C Holiday Designs MIAMI BEACH DESIGN. CREATE. EXPERIENCE. Procurement Department 1755 Meridiari Ave, Miami Beach, Florida 33139 viww.mlamlbeachfl.gov Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City aeries Office at RafaelGranado@rniamibeachfl.gov. Procurement Contact: Jason Crouch Telephone: Email: 305-673-7000, ext. 6694 jJasonCrouchmiarnbeaohfJ • I Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Ale tYiiis Pros rernent Director 4 ADDENDUM NO, 2 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JO HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS (RFP) 201 7077 -JC Holiday Lighting 63 Holiday Designs MIAMI BEACH DESIGN. CREATE. EXPERIENCE. City of Miami Beach, 1755 Meridian Avenue, 3"1 Floor, Miami Be n, E1orda 33139ywrnambeachfIfly PROCUREMENT DEPARTMENT Tel; 3054373-7490, ADDENDUM NO. 3 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS March 23, 2017 This Addendum to the above -referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined), L MODIFICATIONS: RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 300 p.m., on Friday, March 12Q17, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 31i Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for trafflc or other delays for which the Proposer is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadolDmiamibeacKqov. Procurement Contact: telephone: Email: Jason Crouch 1 305-673-7000, ext. 6694 JasonCrouch@miarnibeachfl.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 re rn Appendix B questionnaire with the reason(s) for not submitting a proposal. rely, enis ment Director ADDENOUM NO. REQUEST REQUEST FOR PROPOSALS (RFP) 20"17 -077 -JC HOLIDAY DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND ORATIONS (RFP) 2017.07'7...1C Holiday Lighting 64 vt Holiday Designs APPENDIX F / INSURANCE REQUIREMENTS DESIGN. CREATE, EXPERIENCE. We meet the requirements, should we be approved to move past Phase 1, we will submit our insurance documents for proof of insurance at the submittal of Phase 2. 3- 0 - 1-7 Derek Norwood Date (Rh?) 2017 -077 -JC Holiday Lighting 65 Arils c Holiday De ns DESIGN. CREATE. EXPERIENCE. THANK YOU Thank you for allowing Artistic Holiday Designs the opportunity to present our qualifications. Please contact our main office if you need any further information. Artistic Holiday Designs 2030 Parkes Drive Broadview, IL 60155 708-223-8847 derekn@artisticholidaydesigns.com karaw@artisticholidaydesigns.com sarab@artisticholidaydesigns.com (RR) 2017 -077 -JC Holiday Lighting 66 '�1► Leblanc ,. illuminatbons Holiday Designs Arl5fiC Holiday Designs WO - DECOR CITY OF RFP 2017 -077 -JC Holiday Lighting, Phase 11 .1 BE" CH FLT- ?IDA USA Ar Holiday Designs City of Miami Beach Department of Procurement Managemerit 1755 Meridian Ave, 3rd Floor Miami Beach, FL 33139 Dear City of Miami Beach, DESIGN. CREATE. EXPERIENCE, June 15, 2017 Artistic Holiday Design Prime Proposer 2030 Parkes Drive Broadview, IL 60155 (708) 223-8847 Our team is excited to share the technical proposal of this RFP. Through research and visits to the City of Miami Beach we feel our designs represent your world-class city. Our outstanding team offers a turn -key approach including design, decor, installation, maintenance, music and animation, removal, and storage. The attached large format print showcases two concepts for Miami Beach holiday lighting. Please note, we choose these concepts based on our research and experience in lighting. Any of the designs can be modified or revised to meet the city's goal for holiday lighting. Our goal is to connect residents to experience their dynamic hometown and inspire visitors to explore the thoroughfares of Miami Beach. Lighting design and decorations were thoughtfully planned to meet the challenges of this world-class city. Inviting people from any culture or background to enjoy the experience of the lighting event. Respectfully, Derek Norwood President Artistic Holiday Designs (RFP) 2017-077%1C Holiday Lighting Artistc Holiday Designs TABLE OF CONTENTS DESIGN. CREATE. EXPERIENCE. TAB 1 1 Technical Proposal 1. Design page 3 2. Detailed Project Scope of Work and Deliverables page 72 3. Outcomes and Performance Standards page 74 4. Schedule page 75 5. Quality Control and Risk Mitigation page 75 TAB 2 1 Operations and Maintenance Plan page 76 Signed Addendums page 77 TAB 3 1 Guaranteed Maximum Price sealed envelope See sealed envelope for actual cost tender form. (RFP) 2017 -077 -JC Holiday Lighting 2 TAB 1 1 1. DESIGN DESIGN. CREATE, EXPERIENCE. Artistic Holiday Designs collaborated with over 25 designers worldwide to put together the most comprehensive design plan to meet the needs of this world-class city, Miami Beach. Our motivation for overall design is to bring an interactive celebration of lights representing the dynamic, world-class city, Miami Beach. We would like to take a moment to introduce the lead designers on this project so they can connect their feelings about Miami Beach and how they transferred their thoughts into the designs. Sara Basch, Lead Designer, USA "What an exciting project. The vibrant atmosphere and diverse culture of Miami Beach allows unlimited creativity. I was able to oversee the entire project scope with help from our team in France. After a phase of research and discovery, I created a mood board to keep all artists using consistent color schemes, textiles, and inspiration. The city already has an amazing landscape, so our team built upon the existing architecture, colors, and seascape. Based on community marketing we discovered through www.miamibeachfl.gov/residents/, our team developed a concept using the letter forms of LIVE, RELAX, and smile. These design elements reinforce connection to current residents and inspire visitors. We will work close with the marketing team of the City of Miami Beach to change the letters to reinforce any current campaigns." Sophie Bougler, Product Design Manger, France "I oversaw the teams direction here in France. Working directly with Sara from the US market and Hilkka our export Director. My goal was to start, update, and keep focused on the overall delivery of our product to the Miami Beach market. I found this project to be very fun because the city asked us to develop an overall concept that represented the city. l took the ideas from the Sara's mood board and created drawings. See the following page for our mood board of designs and original product sketches. You will see many of my drawings come to life in the following presentation." Justine Duveau, Graphic Designer, France "I worked on the Espanola Way corridor with the lead designer Sara. We decided to create two concepts for this area. One colorful with playful elements. The second a charming European concept with pure and white lights." Christine Chartier, Graphic Designer, France "The Lincoln Rd shopping area was my project. I especially enjoyed the multiple themes that Sara and Sophie came up with. The idea is that the view is always changing. We continue to change the themes so the audience will continue to be engaged with interactive pieces. They will walk the entire road to see the new decor and stop for shopping or eating. And as is throughout the entire project, we don't forget to include some items that represent Miami Beach!" (RFP) 2017 -077 -JC Holiday Lighting Ar iS IC Holiday Designs TAB 1 1 1. DESIGN DESIGN. CREATE. EXPERIENCE. Solene Texier, Graphic Designer, France "City Hall was interesting because we were tasked with providing a design to represent Miami Beach. I selected the new Prisme Tree along with the 3D star for this area. Both items are a unique play on geometry with sparkling lights." Maxime Leger, Industrial Designer, France "I was tasked with creating a decoration for the main entrance sign at the Julia Tuttle Street entrance. The challenge with this project was realizing that the sign was amazing to see at night, so we wanted a subtle design that represented Miami Beach. I choose a design that included inspiration of sun, palm trees, and flamingos. I knew what the team had in mind for behind the sign so we wanted to design something where the WELCOME TO MIAMI BEACH stood out in front and the celebration of lights would be behind." Chesneau Romain, Technical and Facilitator Design, France "My challenge was to find the perfect area to bring an interactive theme with music so the lights can dance! I choose corridor 19 for this project, Collins Park. i found the open area lined evenly with trees a perfect spot to create this environment. Plenty of space for people to come and see the event combined with great exposure for the event being right off Collins Avenue. With the Art Basel being right there, I wanted to use some of our more profound pieces. I selected two items from the Majestic Kingdom collection and added a modern colorful change that represents the city of Miami Beach." (RFP) 2017 -077 -JC Holiday Lighting 4 TAB 1 1 DESIGN 1 MOOD BOARD (RFP) 2017 -077 -JC Holiday Lighting 5 TAB 1 1 DESIGN 1 ARTIST PRODUCT SKETCHES Z (RFP) 2017 -077 -JC Holiday Lighting 6 Rif isf is Holiday Designs TAB 1 1 a. DESIGN PLANS DESIGN. CREATE. EXPERIENCE. Please see attached large format booklet for all design plans including street level schematics and details of decorations. Our team will work closely with the marketing staff of the City of Miami Beach to create an event name. We have brainstormed the following ideas to kickstart the holiday lighting theme: Lights at the Beach Illuminate Miami Beach Vibrant Miami Beach The following pages identify the specifications of each product used in the design. All specifications include dimensions, weight, and structure. Total quantities and product lists are identified. Please note, we are including animation in the following areas: 3. Lincoln Road - Wish Trees: Shoppers will push a button at the base of the trees. Upon the push, pure white rope lights will illuminate as they crawl up the trees. Once the rope light is fully lit, drip lights on the outer branches will animate. The animation will be set up on two trees and illuminate for 1-2 minutes. 3. Lincoln Road - Lanterns: An option not included in pricing will be colorful lanterns. The alligator lantern is static in color, but can be programmed to move its head. The chameleon lantern is an interactive piece with 4-6 color change modules shaped as flowers. The user holds a flower up to the light activation and the entire piece will change color. i_. 12. Lummus Park: The impulse see -saws are an interactive light and sound display. We will use this display as a prelude to the entire holiday lighting event. This event is available for rental from October 15 - November 15, 2017. The public art display travels the world year-round and would be a unique display to share with residents and visitors. Starting November 15th, Artistic Holiday Designs would install the Wave Tunnel, SP7907. This display is set up as a selfie area for visitors to stop and pose for a photo as they ride the wave. 19. Collins Park: The animated Origami Tree stands over 27ft. tall. Each panel will be manufactured with several mini light color sets - pure white, pink, blue, yellow, and green. The show will consist of color changing panels animated to subtle music. All trees on the east and west side of Collins will be animated by color change. Across the street, the Sylma will be animated by color changing projectors and follow the same animation to music. (RFP) 201 7 -077 -JC Holiday Lighting R►�f siht c Holiday Designs TAB 1 I c. Details of Decorations DESIGN. CREATE. EXPERIENCE. 2. 41st from Alton to Indian Product List Quantity 1. Julia Tuttle Entrance sp8013 large sign display 1 palm trees with fronds 25 sp7949 base 3d decor on trees 25 sp 8051 lounge chair 4 sp7908 lifeguard stand 1 sp7692 blue umbrella 1 sp7698 pink umbrella 1 2. 41st from Alton to Indian 1 m pole decor 51 3m pole decor 31 total trees with fronds 62 street crossings 2 3. Lincoln Road palm trees with fronds 177 24 branch wrap trees (50 count 5mm coaxial) 1390 lighted boa in trees (like a waterfall/drip light) 100 10' sapin trees 2 201757 pure white snowflake 1 2d/3d letters WISH 1 wishing trees 2 sp7688 juke box 1 sp7680 cadilac 1 sp3237 flamingos 8 201523 sylma 1 sp4415 bird 4 sp5885 alligator 1 201539 manon (pure/blue) 1 201452 lotus (pure with green) 1 201847 jardin (pure with pure) 4 202420 birdy (green) 1 202420 birdy (yellow) 1 202420 birdy (blue) 1 2d/3d- SMILE, LIVE, RELAX (3 total sets) 3 sp7685 surfboard rack 1 202224 arch 1 Rope light semi circles 4 (RFP) 2017 -077 -JC Holiday Lighting Ar 15 iC Holiday Designs TAB 1 1 c. Details of Decorations DESIGN. CREATE. EXPERIENCE. 4, Police Station Product List Quantity trees in island 4 palm trees with fronds 4 2d/3d- SMILE, LIVE, RELAX basse 3d decor on trees 4 jardin flower (3d display) 4 other trees to be done 25/ea 200 3m pole decor (no power. option if they add) USA letters 3 4:= icicles 400' 2m scrolls 3 5. Historic City Hall trees in island 2 palm trees with fronds 2 2d/3d- SMILE, LIVE, RELAX icicles lights on two sides 200' jardin flower (3d display) lighted boas hanging to diamonds 50 3m pole decor (no power. option if they add) 6' scroll 1 6. City Hall and campus trees in island Traditional tree or Prism tree 1 2d/3d- SMILE, LIVE, RELAX Coeur de Noel or Star 1 jardin flower (3d display) palm trees with fronds 50 3m pole decor (no power. option if they add) base 3d decor on trees 25 4:= icicle lights 1000' 7. Alton Road from 5th to 41st trees in island 200 sets 25 2d/3d- SMILE, LIVE, RELAX 3 total words 88 jardin flower (3d display) 2 4 3m pole decor (no power. option if they add) 126 8. Sunset Harbor Garage custom sized curtain panels 25 drip lights in the curtain panels (3-4 per) 88 3d decor (gift box or ornament) 4 9. Anchor Garage palm trees with fronds 5 icicle lights on roofline 250' 10. Espanola Way street crossings 4 palm trees with fronds 6 trunk wrap trees with spheres (10 trees) 200 311111161& 100 total spheres (24" and 36" mixed) 100 4:= one tree totally branch wrapped 75 (RFP) ‘017 -0/7 -JC Holiday Lighting AvHsr1c Holiday Designs TAB 1 1 c. Details of Decorations DESIGN, CREATE. EXPERIENCE. 11. Washington 5th to dade Product List Quantity 3m pole decor 3m pole decor 50 1 m pole decor 1m pole decor 144 12. Ocean Drive lm pole decor- ocean blvd 65 3m pole decor lm pole decor- lumis park 30 1 m pole decor palm trees with fronds (all pure white) 40 sp7949 base 3d decor on trees sp7907 walk thru wave 1 3m pole decor sp2002 coeur de noel (blue and pure) 1 sp2577 water display sp7685surf board rack 1 palm trees with fronds umbrella (large 3d- different colors) 4 palm trees with fronds sp7684VW bus with surfboard 1 14. Collins Ave between 65th and 76th 71st St (bay Dr. E to Bay Dr. W) 3m pole decor 44 36 1 m pole decor 24 15. 5th street lenox to washington. (center median at sign) 71st St (bay Dr. E to Bay Dr. W) 2d/3d- SMILE, LIVE, RELAX 3 total words 36 palm trees with fronds 17 sp7949 base 3d decor on trees 8 3m pole decor 22 16. 71st street (bay Drive E to Bay Drive W) 71st St (bay Dr. E to Bay Dr. W) lm pole decor (around fountain area) 13m pole decor 36 17. 71st street Normandy Fountain and entrance sign Normandy Fountain lm pole decor (around fountain area) 10 curtain light suspended grid 1 2d/3d- SMILE, LIVE, RELAX 3 total words 201567 ovation 3d decor 2 sp2577 water display 1 palm trees with fronds 16 Entrance sign palm trees with fronds 10 sp3237 2d flamingos 2 18. Nomandy Drive (Bay Drive E to Bay Drive W) 13m pole decor 46 (RFP) 2017 -077 -JC Holiday Lighting As11c Holiday Designs TAB 1 1 c. Details of Decorations DESIGN. CREATE. EXPERIENCE. 19. Collins Park palm trees with fronds 20 palm trees with fronds 72 sp7949 3d base decor for palm tree 72 201523 sylma 3d decor 1 201521 origami 3d decor animated 1 20. 87th street sign palm trees with fronds 20 branch wrap trees behind the decor 150 total sets sp4991 Frozen tree in multi color 1 thin letters- MIAMI BEACH 1 ton ave 21. 5th street south washingi palm trees with fronds 20 1m pole decor 9 22. 5th Street South Alton Road (Alton Rd 5th st south to 2nd) 1m pole decor 30 (RFP) 2017 -077 -JC Holiday Lighting 11 0 0 cu co co 0 Go WIIMIWEI European Plug .1. .c 5 1v 5 0 cnrn I c 1 0 . . a, 4.1g1A1OH, ..0 I -5 — -. p 6-1z pi•(0,0.4 o — 9H.$ 0)pf.6 '8 S m!o, a;,,ti- .i— .c -(Di-,--. E E -a y Zei._ 2Di0i-,, i 1°' 4 Bright points (light) BP/Power Ratio THE DESIGNS ARE SUPPLIED WITH THEIR Environmental Report 8 7r csi •- N 3. a N Ca. 117 q Total surface area: 8 q E Cx estimated co cc 2a (6 9_ 0 0 a' S O.0 .0• 0 .0 z 0(0 .000 ...- Lu menu 'nova Itx 8 non voikui rum Luminosity (Lumen) s. 0 Dominant color g ! Th E c 3 n 2i2 oicb (RFP)2017-077-JC Hoiiday Lighting 12 Environmental Report >, 0 0 Class I1 / IP54 0.80 x 4 m European Plu \ o< E k $ § $ THE DESIGNS ARE SUPPLIED WITH THEIR CD CO Q. ).sz2\a j 0. w •0 1 7//) < .0 0 3 \ cc §|a 7\ 4; J(0 / ) -75 to \ / \ (REP) 2017 -077 -JC Holiday Lighting 1))1 / & 7 2 ) � I010) > 0 B;2 2 —5 0_ � \.} / E'_ % 2 2,3 j.$ $l/ A BP/Power Ratio 3 \ { 3 ominant color kets number ' 4 Ca - 15 Ci 0 CV \$ fi // Luminous Decoration ) _ 13 . � Pink Beach Umbre 4.60 x 3.50 m European Plug E & 7 . 9Fb20l£077de Holiday Lighting Man material V > 1 rE z 10 7 2- 0 \ .0 / \ 3 E 3 white cold, pink, green § 8 THE DESIGNS ARE SUPPLIED WITH "I Environmental Report o \ 0 / \ / 0 0 \ ATTACHMENTS. blocks, decorative ] 0 0 ) -J 0 (71 co 5 §\ |] co th \\ a }) �a 0 C ]\ 0) )s }7 ■ E 14 co Blue Beach Umbre echnical Data. > E / R.\ > \ 0 j ). European Plug 0I 0 Ei E! W 2 _ white cold, blue, yello Environmental Report ( 5 ) \ 0 CO7 0 0 } 0 - - (00 \ / _ 2 & coi5 L • ()2 Cr..' u 0 . a=-7 \}?)\ - <000 with safety standards / 0▪ 5 EN60598-1 and EN6 \|4-5 0 \ 0 0) / Sze LxHxD co -90 0 / 00 / E F-0 Z / (RFP) 2017-077dc Holiday Lighting ) _ C 0f / 0 ±({){ — / k!& F a m E 0 CO 0 E co 00 LL ) ) 0 2 cog 24 }\ {/ a- IS 0 0 . �x www.leblan 15 NMI V G) _ O COB• CO CO U CU U N a E 3 Z. Y N d J I'0 CO 7 a) Lo C et 10 4 0 a c o m N oto a c5 European Plug I C 5 C 0 ri C X i .c CI) 2 0 U) W ATTACHMENTS. Not included: concrete blocks, decorative balls, chains, at types of bulbs (including satilights) and the power cable. Reter to proposal. 3 Decor not intended to be interactive. o (RFP) 2017 -077 -JC Holiday Lighting ative material a 0 4 U A ( J 2 m Hi0 16 Environmental Report E 0 ) EquNalent CO, : CI fur 8Pans wnd ngonia) Decor not intended to be inte Rescue Cabin 120V (UL) / 24V 4 } = 0 E 2 ) \ ƒ E 3 z JJ (RFP)2017-077dc Holiday Lighting \ 8 z w • I ƒ 0 0 ) CO §\ CD }\ 0 0 co) 2 \ 7: k§ —J 5. � �� 13) cn co .i Bilan Enuironnemental Cilcc ! \ \ } 0 0 0 } ! ! ;a = Eik E \ \ § § a E > 3 _ ° E/ \:+ o 0.- • / \ 2 ( x S.E § :u e C. :J. j : 2 0 ƒ / z (RFP)2017-077dc Holiday Lighting q - ƒi 2 }( c a ) f \ }(ƒ - t \ o \ 1 7 k E.) z i };/ 3) & e E } Ratio Pt Lum / Puis. E 2 §�\ e eI \� 2! o2 /2 38 Blanc froid 0 0 § c E R 0 ( / { 0 )- - a E 2 . a el 18 Environmental Report E 7 } nt argent 230 Decor TC 'Prisme' L1 x H 1 m LED !3F s Le Maris Cedex 2 1 France PATI Class II ! IP a 0 European Plug 2 x 032094 + 2 x 032220 Rapide fix + Pitons a oeil (RFP) 2017 -077 -JC Holiday Lighting 0 J 0 Lv Ur a crc a O o a 0] m -E- a) N J O a a o c S .4 O N C 4 E Q°4 c qa J CJ 2 C!3 0, 0 C' -a 0 ® N 0 0 0 N fs J g1 0 s! 19 ,.chema Technieu; 0) co CO 0 850 N E Dacor S 'Suspension Prisme' L 0.85 x H 0.70 m LED BF scint argent 230 (RFP) 2017 -077 -JC Holiday Lighting w 0 c 2 0 C 0 713 • 5! (0 -2, co 3 •;;' E. 3 2 cn o • 0 o ca — c 7 C 20 4th' cn V/ O /L/\ < V/ Q) co E 0 ^i^,, oo W W 0_ CI U rs' tom. or a m3 m o Y N CO N W CO U E rn X cc Size L x ht x D a N w E Q 1 Environmental Report E NN o .24 0 f— CO U con w (RFP)2017-0/7-JC Holiday Lighting E UI0 NI a i w' 0 2' N N a, rd, HUl00 6-8 rue Michael Faraday 172027 Le Mans Cedex 2 I France tf�Tit[�:ll�w1 Environmental Report E E MM g E c o O O N .c Lo N Cx estimated ora (RFP) 201 TO. i -JC Holiday lighting m 0, 2 J blue, pink, yellow, O • Faraday 172027 Le Mans Cedex 2 I France N 0) C 0 0 m fl. N ' I v onnees Techm ue Bilan Environnemental Surface Totale : Surface Utile. Decor TC 'BrioL 1 x H 1 m LED BF / BE anima 230 V 04 1000 040 C‘I 8 0, Cf. a 20 a_ O . . . . 3 ,3 es E ; ... a- ° a 'E i 2 ; o cm C4 . . F,!.E: t irei # . ! '3 fi o a oh - a. (RFP)2017-077-JC Holiday Lighting 0 en c 93 9 I 5 a) 111 I 0 1. .. E .S .--.. 1. O X 1 2 ' 0 ° _9 0 -o M i -6_ 1 -o 5 84 0 . , -7) .0 "0 E cl' : 1 4 1 _I 2 1— , a_ , E < .I E 16 a. cc a) (73 5" 0 5. g 15- 0 0'0 23 • • S•t • .):4.„' • _all.• a w.. .• e; 125.201757 LED number 1360 BP/Power Ratio 1 1.83 Luminosity (Lumen) 4=120 Im Class / IP Class 11 ; IP 54 Parts number 2 Main material Aluminium Decorative material Gold stained glass Sockets number - 1 Sockets type - ...___.._. wig pepAoea 3184552017574 O lg Barcode 12 J H: 3 x W: 3 x w: 0.8 m O E Z ILLI 1 N V . 9 CD O U N x 0 m E �� .6 N Decoration style Light source c 0 6 LED colors Animation Power Tension Net weight Fastening type Number of fastenings Connecting ENVIRONMENTAL REPORT Total surface area : co O E cq a E N to N c IV o r-; O7 co www.groupe-Ieblanc.com `;Ur co AI Kilo air c s i,.'',:•,14140"11Z Olu o a: 1OP 3 (RFP) 2017.077 -JC Holiday Lighting 24 a onnees echni . ue Bilan Environnemental 0 cJ f0 Surface Totale 5 U 0 i • } Ionnees ec moue Classe II / IP (RFP) 2017 -077 -JC Holiday Lighting 8 E ,k W J Bilan Environnemental Surface Totalo • E ;, o 5"L9 1'7 t m n3 Ux in U ch w CD 7 x X 0 co m CO '5 c0 CO pCO N -6 5 0 0 ,0 x E o m 'c Q co 0 O cb 0 0 0 U W m 8 C m co v-� -5 TO CZ E...6. 6D CO m m 0 n LO '-i"-.3 r•,-5 0 W N •m_ m -ov?-mo N co �� O"i3 O'O •ca as � 5- ( O'5 ,� yob 2ut 0 mo j o ? o O Ln x.. .? c O�73 ONro O>m W O w c0 `c' O 0 O w. O 7 co C N Q r Q. N 0- m c m .5 a Ca c 2 3 4 • W 7 :5 45 0 c 'N G) O m O t X Q C=J ,co ° 7 0) Q. 0 Q �Ul p v-5 8 o mw ' E° E C C CD o O 'O --'cCZ n co c N O'Zi"—�0WD o°w8W w',a:) wo0o 110.1 0000000000a0000Goo oaaoo o op G C E 2 0 N I 0 0 • m G1 C C 7: J 1 ml 8 of E J i U LED to O U c 2 8 26 Bilan Environnemental 0 cfj o LUZ 0 — 0 tin 2 c) cc r'9ai 0 .2 co 0 0_ Z -5 Emballage unitaire sous Polyethylene recycle de dimensions 1.25 x 1.95 x 0.2 m pour un poids total de 8.8 kg. onnees Techni e ue (RFP) 201 /-0/1--IIC Holiday Lighting ILO 7`-', • t I , E , E). -,; ill .192 .010 2 1Q.10!<1,*Zit-10-i ° Qo oo • : I , E (NI co Blanc frold 05 ti1 0 02 0 05 u(2 0) co 0. (72. 0 g .= — co 2 E0 0 :a cc o :a E < •coi 0 — 000t 1 C CI -: 0 0 1 E I -7,- ta I 8 0 1 22" ailk 210 1-2-H 14. 27 :chema Technigu; Majuscule - H 2 m L 1 CD (RFP) 20 Bilan Environnemental CV • Y 'a 6 tr) r• a Surtace Totain Surface Utile RhO (Air): Cx estime : SCx Equivalent CO2 ; ' Impaci environnemarital pendant 60 lours. satilights). Se referer au devis. Emballage unitaire sous Polyethylene recycle de dimensions 2 x 1 x 0.1 rn pour un poids total de 4.4 kg. a) a- u c L., 22 2 -o )nsionsLx Hx P -U/7-JC Holiday Lighting 0 0 0 Ce produit satisfait aux normes de securite EN60598-1 et EN60598-2-20. 28 0 W J E J 1C) N S > U 0 N N 7 C C E to < 0) O U N am Bilan Environnemental RS SONT LIVRES AVEC LEURS FIXATIONS. Ne Emballage unitaire sous Polyethylene recycle de dimensions Ce produit satisfait ans Cedex 2 1 France Q) cnU 2 J 1 onnees Techni ue > O N C - a U ® a' 3 fd co V d co 0 CO � C U 0 U E P_ O p- U (RFT') 20'1 7 -017 -JC Holiday Lighting ▪ E o oul • co - 7 • co C • l0 w o Pt Lum / Puis. inosite (Lumen) m 0) C Blanc fro id Couleur dominante Nombre de Douilles 29 Environmental Report I Z. el • le E '4. v 11 e ea I C i -1" Total surface area : Surrace area : 0 < E X I ;2 0 CO 0 co E c (0 z uJ 0 as T:2 CN- '57 EN60598-2 -20. traTilrelICIF 3 a > 3 o g r - E E E mu) E im ul ... ,....1 cv ...• = .c co • 2 a 4) E 1.! -0 1... X 7 p, ID CC o — . 0 . , Ca to I I 8 75i'M 81.Q161- -ai 4 ac !=q Ec -§ ; • 176E1 r2 0 . gi•Lt o.,4.? 0 (RFP)2017-077-JC Holiday Lighting CO • ••• CV ••• E 0 0 Dominant color kets number a E (2 I E 77. 0 0 cr 1/1 Le Mans Cedex 2 i France echnical dia•ra X 0 Am uW cc echnl a lat.. Environmental Report N a cs 0 0 gi o o © X 29 c.c x 0 €f9 W:22c a CC N N N 2 2 Q cQ o • o m _ 05 o g LL 2 V O m a. c c O- ' 0 0) • O _ J Lu Z N o Q ro Q ' m O 0 < C D o C7 w ▪ r 0w ¢ 0 Qi O o 0 musical interactivity with 4 buttons. G C C (RFP) 2017 -0/7 -JC Holiday Lighting Decorative material Recycled film 1 os ro Faraday 1 72027 Le Mans Cede) 2 73 m 0 s a;< 2 0 C 0 0 C v E V ,< C .o' N 3 C . a� J a ' w 31 ec nical tat 0. 0 76 t225 kg/m3 6 6 Cx estimated : EN60598-2-20. 0 cx 0 1 I 1 1 1 4 .zr c‘i ul S 2 !: 8E -.... -0. : 0 S a ar. •E a , = ,-. nm.0• .. D , • 0 . 4.r. . . _ 0 , 2 CI N ! 0 . Vi 3 tO < i 10 x ID 6 61 C 01 0 (RFP) 201 7 -077 -JC Holiday Lighting 01 I 0) C .-0' f 0 ' 0) 0 E -rn 1 .0 • • . :,..-s. .-.. Via S. _g bi > t,za, cc mlil-0 O ! 6 - 0) _ 2 a ;15 z- , -..,,- Eii) °It 2 0 0 g2 g -'0 2 :2 5 1 2 To' i -.. -6 1 -5 -5 8 i•O & E ziw 21w 01< < 1-65 m 3 8 6 0 tu a 1 I SI lEim 1 3!wibit 0;6 0310 CJ)Callaic-J 0 0 co "0 cs Ea_ 0 0 0 c‘, 0 3 2 0 0 1>a' 0A 0 23 ID6 0 03 K 0 cri 0 co ID 15 - 32 Bilan Environnemen o E o m M h. Y 6 M CO rs 5 rn' S U uVi w � Ionnees ec nisue (RFP) 2017 -077 -JC Holiday Lighting 33 N 0 V 0 6i MC E 8 E cr, 2 c '; n -I C7 0) (RFP) 2017 -077 -JC Holiday Lighting 8 T a C I • Environmental Report c t -- Ir; -o .E.L U 7 co U 3� 0 off,¢ • 3 Sockets number to • .9- 0 0 U N N � a O H .5. N U THE DESIGNS ARE SUPPLIED WITH THE Environmental Report E E en E o m E o 0 -` o s N to c3 C 3 cn ¢ U 8 w ATTACHMENTS. blocks, decorative 0 0 L O 0) ti 0 I iliTilMIi a N © 3 a° a yw 1 5 4.50 x 2.60 m Size LxHxD .o 0 92 Q W ` 2 4) E 4) 0 c E J white cold, pink, blue 0 8 Dominant color Sockets number a y s O .0 U c. v .0 0 J 0 1 (RFP) 2017 -077 -JC Holiday Lighting 5 130.SP4404 —J 2 k E j E3 Surface Totale : \ Surface Utile : 0 Classe II / IP5 \ en 0 CD j _ 0 ) k 2 2 } LL / \ k CD 03 0. -15 ƒ 2 0 0 0 $ o < ( 0 \ } / 2 n csi Ratio Pt Lum / Puis. 2 f § _ k § 2 3.c.0 § V2» \ o , \ \ 0 0 3 Z j \ -31111D- ! (RFP) 2017-077,1C Holiday Lighting www.groupe-leblanc.com 36 Ponnees echniiue� a § R E �:~ § °� IW \ ) \Iƒ 0 Caoutchouc I \ \)+Ij \ƒ\00 ( \ ( o: 0 .•1"1 Z f- 0 £ (RFP) 201to77-JCHaaA Lighting ] 0 Bilan Environnemental = 0 \ CO CO IS 0 ) Equivalent Co; int.» > E \ % § \ \ \ \ 0 7 co J 0 2 \ 2 @ 0 a, CD { 0 \ \\ / 00 3 { ® r. Q {3 �� c + , •- \ T )/)ƒ } =c% 2$ .®© °f= ,S s2\]/\f:)e®- -o 3(- o0) 33 (0.F2 • z )§�=o:o=/o x9=u §`5\-0. 00 »k@ 0&2f -c ]z.1=§SG0±/320()00 lm 67 LED BI Fixe 33 LED BI c o m — MI 0 / m Luminosite (Lumen) Blanc froid 0 O . I ) g $ 0 Nombre de ID & CD 0 ci .fo oak 0 v 03 e Via 0 o 0:H Eigi 0 );L 37 ¥> • t .tea : 130.SP3237 > O m 0 cc -o E § 4�\ xrCV0 | | � E3 o • \ 3 \: ^ \ °. ) / / 0 )I/ »!! \;/ &:�? % % I» ; — — :EI [;: O 2 2 £ :•1§;±j $$ / )1» • k k 2 ƒ Pt Lum / Puis, E c \§\ ):j0 ) 0; o: 0. f'\ £Ie ( www.groupe-Ieblanc.com (RFP)2017-077-JC Holiday Lighting 38 ammiew I FL } t= o_ To E O W O w F_ 0 w Q a vs w CC to w w S r-- %. E M to z E o d Q O • Y N m� t m Surface area Cx estimated 0 Z ATTACHMENTS. de Mt CO, IWI Yluxiel for 8 nouns w 598-1 and EN60598-2-20. Decor not intended to be interactive, (RFP) 201 7 -077 -JC Holiday Lighting 39 3D Lantern Alligator* *option not included in pricing Animated Lighting - Full spectrum RGB Maximum size - 4m x 1m Please note, the animal lanterns are not included in the pricing. The production and shipping schedule could not be determined at this time. (RFP) 2017 -077 -JC Holiday Lighting 3D Lantern Chameleon* *option not included in pricing Animated Interactive Lighting Maximum size - 2.5m x 3m Includes interactive lighting component 6x "shake -activated" LED modules for the light wands (4 + 2 spares) 6x light-sensitive sensor rings with LED surround (4 + 2 spares) Please note, the animal lanterns are not included in the pricing. The production and shipping schedule could not be determined at this time. (RFP) 2017 -077 -JC Holiday Lighting Grand Oiseau L.0 0 echnical Dat. 0 0 05 0 F- X -0 = tn N X CX 03 co E 2 Aluminium (RFP) 2017-077-K Holiday Lighting BP/Power Ratio Environmental Report c•-) 7 .4 3 sr. 2,' o o 00 o Iir S. ... Total surface area. Luminosay (Lumen) white cold Dominant color a) 42 N3 N 4-0 Oo J N lonnees Techni ue, a ° 1,40 x 2,70 m 2 J C 0 a 0 a o Caoutchouc t E E d N Fo 0 Platine Sol Aluminium x V c 0 Z c m LL • 0 1 (RFP) 2017 -077 -JC Holiday Lighting a lL Bilan Environnemental ti ei M o cc; N N 0 12 5 $ 8 4 ( 6 C3U co cLcs 0 -2 tp M a a in E U J m m 'a- r` 2 U 0 6c.j 'O E N w x co O J m n n a o `t ° csi c 0 O m M X 0 o f-- V O ci N m a 0 CO _m o. 0 a O Ta E > m 0 7 D CO N c o al rn 0 w O -8 ,m c U N 6,co a. a s 7NE ya. C 0 .m Q C C s. CC •8> U O O e a s a. 0 o 0 W o R 0 0 0 es commu N n M 0 N J t taires EN 60598-1 et EN 60598-2-20. Blanc et Vert o, a E 1 0 c 0) pour un arxmiaJs (le 8 rw, ores U 0 N U C 2 N J 0) N 0 N c0 m N w °P co 0- V 0 m4 fl ro J Q U •2 0C o C 'D •C G 3J C l0 d .0 '- CD a 2 43 an Environnemental $ ..e 152 foo J 4 0 3 c 0 0 0 Classe 11 / 1P5 a) 1 x 3.20 x 1 m Caoutchouc Prise Europeenne (RFP) 201 7-0 -JC Holiday Lighting Nombre de Fixations Type de Fixations 44 § } w 0. B} 2 f o c 2 a 1 ( Bilan Environnemental \ is / ) .2 / a ¥ § 6 ) ) ) / 2 f 0 ƒ Dimensions L x H x P Type de Cable 01 ci (RFP)2o1z077dc Holiday Lighting• E Cf i) . E<o 1E E s�& =Lo () 01 2 z \:5 7 k E 1 R(a /i2.a 6;3 \ E Type de Douilles 0. E / 45 a E L \ } \ (RFP) 2017-077dc Holiday Lighting Ionnees Techni.ue \ §CM Glasse 1I/IP Z } { Caoutchouc E \ E z ] 2 7I= cm cv ) G k ,- 0 12 2 73 04 £ 3 § \ ions LxHxP E 0 Type de Cable ) f Bilan Environnemental Decor pose au sol ( ! { § 0 88 \ \ ) ) \ a co + 0 CO En option : Decor anime par pr Conditionnement : ) E § \ j ) § a) o / ) 0 CU )/ §\ co 6 \} 2 /§ 3 $- 0 E ]3 k) § ©± e %/ ,s &2 Type de Douilles \ tiere Decorative nditonnement 46 * • 0 1 • • • ii, 8 a 1. • 4., • lig • 10 • * * -‘.- • — .. 0 * V * .-- • • • * * • 4. Aik _ 41, • , 0 • • 0 . we • • , 00 • • * a 0 e •• * • • • • • * • • 0 • • • • * • • • • • • * • ,• . ,. . • • er- 10 ..a• •el• • •• • * • -.0p. • . • • • • s • • I* • --0- • • • • 1 * • 1 • • ‘chema Techniqu Bilan Environnemental 8 Surface Totale : 0 m L1J c.) 11) 02 Raccordement (RFP) 201.1-0/ Holiday Lighting Nornbre de Fixa 2 c Blanc froid Couleur dorninante LES DECORS SONT LIVRES AVEC LEURS EVA -IONS. Ne sont pas inclus les boules decoratives, les chaines et tout type Bilan Environnemental d'ampoules (y compris satilights). Se Surface Tetale : Surtaco Utile E 0) NY nonnes de securite EN60598- 1 et U • O N N5 co ID O 2 Ou' n U w onnees Techni ' ue O r O 0) Glasse II / IP 5 v CU a' 0 E • N. Y x Q O Caoutehouc c0 , ' c £ o c 0 O o 14 o , G c . _ c . 0 ILI W CU a m m •-' 0) Q Q to N °' I (RFP) 2017 -077 -JC Holiday Lighting c, 41 Iv x 0 a ti i F ;J I U I as x .g_ 4) c. • a ,� % a! 4 ami R a) 0F▪ } m •v: a—Oii EI E m _ O y0„ n; 8I 1 c x E 3 C 0 3 O 0o om wo o c a) m 2 12 O QJ ' MI c H1< 2 0 Le Mans Cedex 2 1 France L al 2 .) cia V J C 9 a C G -= N C O - m . c E 3 c U fG N E m O 3 1 m ▪ - a O J 0 Q. 0 m 48 • 4. • • • • • • +04 ••• • rt • • • * • • -111' . * • • • . .. • • . • • • .44 ...•* ..A ow' " • .. IR . if., a . • 1 • -4 4 • 1r .-- • • .. • 1. . • 4 • • • • . •' 4. • • . • • . It ' • • • • • 41,4* . . r • • • .• * Alli .4, • 4 • • * • •• . • . • • . • • • , • • • 40' • -• . * • •• • • t 4 . . * o ••. 4 * • • • • • 40 • 4. . * . • .... • • • ••• ••• .. • • • . .• •• mo . I. • • cJ (1) C —• c1 • 0 - z co 2 E ca 0 2 a CD E onnees Techni ue- l. : CLE 0 • = .X X CNA • CD CO 0 ul • cNi Caoutchouc Connecteur 0 2.35 E LES DECORS SONT LIVRES AVEC LEURS FIXATIONS. Ne 0 CD LU <0.g. 0 > 0 0) 10 0 0 a 0_ g 0 _ 8 2 c.3 :TS co Co produit satisfait aux normes de securite EN60598-1. -o a 0 2 3 0 T> 2 2 op a 8 .... •-.' 0 C 0 IC% CO C 1 , 1 E = = I ' .0 1 cS 1 ! Ts o c c ' ! 0 0 0 3 2— cu — CC -a E 8 3 § i0 z 2 3 a 3 . . (0, 0) oi c 13) t , O ffi 7:5 P_ 13 9:v ! 5i a 05,2 0 • I . o (RFP)2017-077-JC Holiday Lighting Ratio Pt Lum / Puis. Luminosite (Lumen) ouleur dominante 3D A :• 0 "' cp I 1 .13.5,. 0 [ !!2 ! 2 I i! 'Cll QJ = 0 2 o I 0 I a) —1 oIL !,,,,g2I2im Er Arik CL i 1! CL co SA 0110 2 vim v.. onnees Technique 0 71- ;\ 099 a) 13 4-0 C C CZ CU • — c .5 (,) • 7:3 cri + .1 C 0 M 0 o Eco co cc)._ 5 co Uj Bilan Environnemental Cs4 a. Blanc chaud o g PS 735 E (RFP) 2017 -077 -JC Holiday Lighting E Ratio Pt Lum / Puis. 50 Decor C/T 'ROSACE HORUS' H:4 L:4m LED BI/BI c Bilan Environnemental a rn O Y tfN7 rn 0 0 5 U 1° U "' m u V _n () J3 ¢ U N W 20 twists Or Conditionnement Conditions par sous 1 Polyethylene Recycle de 4 x 4 x 0.05 m de 65 kg. es commun taires EN 60598-1 et EN 60598-2-20. E O 0 N Ionnees echnliue N M E N.2 N c o E Ya (RFP) 2017 -077 -JC Holiday Lighting Matiere principale N m O O V U = x CO LL Couleur du cable 4g EE 3 m 5U Q 03 03 B 0 W r o N o ' i 0 c m 518 of m X10 � i E pe de Douilles Matiere Decorative Conditonnement 51 Etoile du Nord 135 0 c ..c LEE) Warm White Warm White I I Recycled film Luminous Decoration specific Leblanc 120 V Technology 220 W Bright points (light) Class II / IP54 BP/Power Ratio 160 kg Luminosity (Lumen) 7 x 7 m Colors rubber Dominant color European Plug Sockets number Sockets type Bulbs Aluminium Decorative material Conditioning • Type I J. 1------ o = < , , , c I .... A--• I a I i I 1 I • • :• :• : o ,7, LL) Power Class/IP Weight (kg) Size LxH x D a) .15 ca 0 "5 a c -cr. 0 Number of fastenings Fastening types Main material [Extendable Cable color Animation Animator Technical diagram E Surface area: E c‘I 0 Cx estimated : 0 (RFP) 2017-077,1C Holiday Lighting www.groupe-leblanc.com JO 52 e r. a 4-1 E L. co E cn • _ 0 L Lc) o'N 0 canntuip: S a) . > 3 go co ,... ...t . 0 c cc L'.1 = = 0 x .c! S3 CNI co •o: *3 5 w to' C-71", 'FT SizeLxHxD co BP/Power Ratio Luminosity (Lumen) orninant color Environmental Report Sockets number Total surface area surface area. Decor 3 D AP 'Christmas tree PrismeL 4.30 x H 6 x P 4.30 m LED BF scint 230/24 8 0 0 04 § •E cteic> g 3 0) E o E w 0 ...I (RFP) 2017 -077 -JC Holiday Lighting 53 125.201847 Flowers white Magic garden Modulates czr U c U • CC0 W CCZ, 111 ro 2 °i Q ! t CC ' N > i � Zj 5 W gt O as EI w (RFP) 2017 -077 -JC Holiday Lighting www.groupe-leblanc.com 22 cr LL N N 2 a N � X u_r O N -. T l9 m L - r Q oo eL E — — J 2 � - N 7N .-j 2 U m 54 125.201755USA Boule Enchantee Technical diagram Total surface area :. • • E Hce3 I ..xc5) I ,-- I 0,, „ •.. .• t 1i d a as I ! 'a '2 t CO 1 I 'C' -L. !•'-.' 0)1 -c- E I ci, .2 % c) : .-3 Z. I -- , e I ., 0 a> i x0; cr.....-E W I CC 0 W Li> 0 -e , 0 ! 0 I — Class / IP 54 Go 0 • i E i (RFP) 2017 -077 -JC Holiday Lighting www.groupe-leblanc.com 0 55 130.SP6862 Donnees Techniques : \ r +:Z = 2171 Blanc chaud et blanc froid Blanc chaud ' � . 0• R 2 \.} a 0 / Decor Lumineux specrtlque Leblanc Technologie Points Lumineux Ratio Pt Lum / Puis. Luminosite (Lumen) Couleurs Couleur dominante Nombre de Douilles Type de Douilles m \ Matiere Decorative 1 Conditonnement Blanc ----- Type -------- Genre Marque .• .) 0 ; a \J;tn . ) \ \ I \ E \ \ t :- ...... § )fie Polds (kg) Dimensions L x H x P Type de Cable Raccordement [ 7 _ f ) 0 [Type de Fixations Matiere principale Prolongeable Couleur du cable § E J [Animateur (RFP) 2017-077dc Holiday Lighting Schema Technique \ BILAN ENVIRONNEN 1> § G 0 G ;I #I.. \1§ Equivalent CO? www.Ieblanc-illuminations.fr 56 Bilan Environnemental 7 7 CO 0. • a .• ,‘ _• t M .i .1 ..- g Surface Total° : • - • ra • E Q eta, pour un allumage de 8 !mules i 1 I 0 a) N" Cr C N 2 5 0 g Lc, a > .--. a E 2 ' a + 0. cl ., 2 .- R.x- C\i cn " ,— cn 0 .c cri a a 11, Ecto el Nombre de Fixations (RFP) 2017 -077 -JC Holiday Lighting 1 I 2 03 • g • .zr 111 CO 2 . Decor TC 'BrinL1 xH3rn LED BF / BE anima 230 V , 0 0 ,c) 2 0 01 c )0 6 _a c F, § E• E § • • 4) c 57 Environmental Report 2 a 1.! 2 rt. 62W ieteJ surface area Class II / IP54 Surface area -------- 23 kg Rho (Aie : 1 m x 0.5m Cx estimated : 22) ci 6 to' EC 04 8 t 22 0 2 2uj 1 (RFP) 2017 -077 -JC Holiday Lighting I sz•I 121 - t 5 • -0 4 3 1E10) (/) ()Ifji.g.1.2.2 1 -.5,0 0; — E Lib131.211tielicc ...J10101 I I , lat 0 2 g .110 -e- 2 CC •=. I to E :co (>) 8 o8 W oat = L,1; .2 0 g 3 103 CNI 3 12 2 IL 20 — o a a - co 22) 0 E 4 -- co co .171 — 58 Environmental Report \ o o ▪ ° 7 CI r CI el § \ } \ ) i } \ \ } } -k= ▪ ¥ J) } !2 \ ) cst MEMO= { E 2 7 2 c ° f ) % ( 2 2 • ): 3 a Uci VIS (RFP) 2017 -077 -JC Holiday Lighting 0. 1 $ ; 8 ecg E / / \!, ) / o a 59 130.SP2002 Decor etoiles :Q) 0 a) -o 0 a) +3 •E CD 0 cc ce E 00 0 42 E 38 0) a) c _ — , 0 !P— I 0 t 0 ! 0 t .03 -0 E o o 0. o z tFa" Dimensions L x H x P • • • • • ! ce P I • >, , Raccordement Er tilglft' 0 <7 (RFP) 2017 -077 -JC Holiday Lighting www.groupe-leblanc.com Q) c -j - oCN 7 x co 2 (.9 _J 1.) I,- 2 'A 0 - -5 ,L c0 co 7 • 2 !!'r u_ 00 E — _ e E 0-0 —J 0.-• 8 60 Class II / IP54 CL )-vr,ti 1/4.1 i I i ta C,1 0) Csi .5. CI 1 C7) 0 2 EL . In .2 2 c g •,-a .g ...= LI .cn 1 a i 2 f .2 '' 'g.a ' I w a E c, 2 ._j e .42 c 2 0 2? 0 < .F. -° • a (RFP) 2017 -077 -JC Holiday Lighting ; 0) E 2.0 E SUPPLED WITH THEIR THE DESIGNS 8 0. 0, a a 2 0.6 92 a 0>3 C 0. 8 -F3 E 8 Z ui -t 4 z 0 — Lu -o 1 ai < i— -0 75 3- 00 0.2 3- ai 3 0) 00 0) ;,.1 th;(78 2 8 6 -0 g 00 0. 8 Lc- z w Surfboard not included, 1-'11 t 6i ler"! git 1E1 u! c F.0-1 E e 218. 8 1 E _Q f.15 3 8 8 3 3 cB 61 a) 0 1E 0 CD c z o_ (RFP) 2017 -077 -JC Holiday Lighting 62 (RFP)2O17'O77-JCHoliday Lighting 63 (RFP)2O17'O77JCHoliday Lighting 64 (RFP) 201 7 -077 -JC Holiday Lighting 65 Impulse Tour 2017 - October 15th - November 15th, Miami Beach, Florida Impulse is a publicly activated light and sound experience. The project uses the idea of repetitive units of subtle light and sound that can be played by the public to create a temporal, ever-changing event. Impulse embodies ideas of serialism, repetition, and variation to produce zones of intensity and calm. Your open space is transformed into a space of urban play through a series of interactive illuminated see -saws that respond and transform when put into motion by people. When not in use, the see- saws will stabilize to the horizontal and remain at a lower glowing level. When activated by users and inclined, the see -saws, augmented by LED lights and speakers, will increase in light intensity and emit a randomized sound sequence. This variation in intensity aims to animate the public space and its occupants. Impulse will be an ever-changing urban composition and urban instrument, in which city dwellers are the musicians and artists. Impulse - 2017 LOGISTICS AND► OPERATION 1. Module description The seesaws are 16 feet (5 meters) to 24 feet (7 meters) in length and are installed on bases with pivot points. The seesaws are illuminated and produce audible tones when in motion. Quantity: Base weight: Weight / module: Total weight / module: 15 245 pounds / 111 kilos 240 pounds / 110 kilos 485 pounds / 221 kilos 2. Module footprint The longest modules (9) : 24 feet (7 meters) long The smallest modules (6) : 16 feet (5 meters) long All modules: 2 feet (0.5 meters) wide x 3 feet (1 meter) high A space of at least 6 feet (2 meters) must be added to each side to allow seamless access to the public. (RFP) 2017 -077 -JC Holiday Lighting 66 3. The Artwork's footprint Using the maximum number of modules, being 15 modules: 6,405 square feet / 595 square meters Multiple configurations can be considered depending on the site and the desired experience. However, a linear configuration of the modules is preferred. Example of configuration with 15 modules Li 1 4. Handling 30' 70 mateis� u L u The Impulsion display requires a forklift 5,000 pounds (approx. 2300 kilos) for exterior loading and handling off-site. 5.Power supply Module: 210 Watts - 120-240 Volts Connection type: North American standard plug. Creos will provide the adaptors if necessary. Requirements : 3 independent circuits Day of connection: Day 1 of assembly Day of disconnection: Day 1 of disassembly (RFP) 2017 -077 -JC Holiday Lighting r 67 C----. ,.., z'si.ki;!.- ....„...-- .:::;.-->".•.,, .t. „,... Donnees Techniqu LED Blanc Froid & Bleu Blanc Froid & Bleu I Film Recycle Decor Lumineux +E Leblanc ir ils LumirleilX Pt 1.(inl Puis. Luminosite (Lumen) Couleurs I f 1 .c i I 412 ,-, - i -8- ( co X 3 2 w § 8- Z l' tAmpoules Matiere Decorative Conditonnement Type Genre a) o - (ti M i•:• i o I 1 5,7 i e-) = I 0 . s I ' c) c (.,,) 2 0 eb a. ' , E .E. Puissance Glasse / IP Poids (kg) Dimensions L x H x P Type de Cable Raccordement Nombre de Fixations Type de Fixations Matiere principale Prolongeable Couleur du cable ca E '.- a) 15 E z z 0 7-7 z. Lai z < I Ca Surface Tutale : www.groupe-Ieblanc.com (RFP) 2017 -077 -JC Holiday Lighting 68 a> _c 0 Lu E .• . I z 0 0 ..r75 0 0 a) 0, (ti• > C/) cCij rk 1 0 " O ›N L.1: 0 • \I\ \tt tku lit • Utt ;. . 11117 ''.(1111teh.,4111111litiiiiiituni. E E E cri Cs1 Cx estimated : 0) 0 co Technical Data 1 . I If ,,t- EI = r a_ E 5L, ›H • 01 in i .= Eci , .0 E .c --- _ , 0 oo = c CV C \I <i) E a5 J co • c> w co ,0 0 a C/) C'Ll CO 04 :r) La co i • 0 < i ..-4 E 1 1 3 , 1 i : I 1 . co i i .g 1 . . f .!_z_) "F' ...,.... ti I 3 I 113) xVilFili 25'lic' i.' cl I a, I 1 a — I ! 6 _2- 0 E 0 1 g • CL ! T, 1 C.) I • — 1 0, 0 = .ip- 0) § 1 t , 2 1 .6 i• I 1 zai..0/5 li • tca, ? I "E rtii fii 1 .g -.--,- 1.5 J.9, s -% ,E1121E EI-Ei-E,6.)-1.1 i',2 .. 11--ja.oi co.;la•lo zil m 11.1131:i,..:.i11-?-lit Ecii3 c'.:5 cli c.§-5 f3 -2-51 2 a (0u) 2 8 P 8- cE , . caic (RFP)2017-077-JC Holiday Lighting uJ C.1 69 T N N N 1 E 0 W — J E co J co co 1. E 0) 0 0 (CS O U a) -o MO R • N ''cyJ >+ vJ o O N c co Lu E J (7 0 o 0 0 N � 00 -0 y o 2 o 1l 4,2 co 3 ENVIRONMENTAL R o Cx estimated : 0 0) Y do 8 c 0 0 0 W 0 0 Technical Data N C .2 0 a Circular concrete block E 0 0 F Z 0 Q : C E E ! ro '0, U 0 I-0 I5 0 0 `' E 3 Z LL 07 o E ro 3 W o LO > C _ A 4 O b o - a N 0 0 E _g..-.0g. L a _ Ill U Q Q m CO J 0 0 0 cn 01 Ci I� i tII 0 U c' mi � o; JI -I 0 !0] (RFP)2017-077-JC Holiday Lighting www.groupe-Ieblanc.com m a77 V in a c,> co • 1111 C X :; N • 9 O b 2__• ' v �cs, a csi Cl X N CJ U (') — 0 V ro CO L • N_ • __ O 2 co () _ + C� • oLL � m -73 n = ro -1 • 9 Q - 7 2 70 0) 0 Environmental Report 1 8 "d .3) 0 4) • I I 3 0, 0 8 • ,••f, ' 0 i C11 1 a „ 7 9 .. ....1 I "5 :ElEir;'1 g 0 I a = (RFP) 2017 -077 -JC Holiday Lighting E o 3, 00 cu I a I 71 A r +15 C Holiday Designs TAB 1 1 2. DETAILED SCOPE OF WORK DESIGN. CREATE. EXPERIENCE. a. This is a turn -key proposal. Artistic Holiday Designs and its team will provide 1. On site power evaluations with the city electrical engineers 2. Pre -planning meetings prior to commencement of work 3. Installation of all decor within the timeline set by this RFP 4. Inspections post installation 5. Pre -check to make sure everything is working properly when turned on 6. On site management 7 days a week during the running of this program to inspect and make sure everything is working properly 7. 24 hour or less service for any normal outage 8. If there is wind damage or vandalism the city will be informed immediately and a plan of correction will be determined 9. Removal at the timing requested by the city 10. Storage of items until the next holiday lighting season b. Artistic Holiday Designs will work with the city once a decision is made to move with our firm. We will work on each and every design to make sure it is exactly what the city would like. If any adjustments are needed, we will be ready to send modified designs and/or pricing based upon those meetings. Once the designs are finalized our manufacturer will start production immediately. A production schedule will be made and we will adhere to that production schedule. We will then create a delivery schedule of the goods and keep the city updated on all deliveries. Following delivery, an installation schedule will be set. Daniel Bilier's team, a team from Chicago headed by project manager Oscar Peterson, and a compliance/management team from France will all collaborate on the installation. We will spend time in August and September working with the city to provide a firm install schedule. Work on tree lighting shall start in late September or early October. Pole decor will be installed where available in early November (some will not be able to be installed until after the banners are removed), and all 3d decor will start in early November and completed by November 21st. We will have a full time staff member on site every night, 7 nights a week to inspect and send an email to our manager, Daniel Biller, who routes for service. We have so many different elements to this design and not every tech will know every item we have. So we will have a full time member there to reset GFI's, handle plug, connection, and timing issues. When a problem arises; he will immediately communicate that to our service manager who will then route the correct technician to correct the problem in a timely manner. 72 AvHisfic Holiday Designs TAB 1 1 2. DETAILED SCOPE OF WORK DESIGN. CREATE. EXPERIENCE. c. Our products are manufactured with environmentally preferable elements. Here is a list of programs Leblanc Illuminations is enlisted in to be sure we deliver products made from renewable energy, products that reduce energy, and products that are recyclable. 1. Partnership with recycling organizations: Within the framework of the WEEE Directive, Leblanc Illuminations has joined approved recycling organizations such as ERP or Recylum (with which it is a partner and a member -founder). Waste sorted on the production site and in the offices (aluminum, copper, paper, cardboard, wrapping -film, wooden pallet, etc.) is recycled and recovered locally by a company in Le Mans. 2. Recyclable products: All Leblanc Illuminations decorations are eco -designed to reduce the amount of waste generated. Our decorations are 95% recyclable and designed around LED products which use less energy. 3. LED Technology: Since 1996 Leblanc Illuminations has primarily used LED technology. LED products make it possible to save 70% energy compared to traditional incandescent bulbs with a light output of 80 Im/W without energy emissions, compared to 14 Im/W for an incandescent light, and with a much longer life span. 4. Energy performance rating: Leblanc Illuminations gives each of its customers a personalized energy performance rating so that they are aware of the detailed electricity consumption of the light decorations and illuminations. 5. Eco -acts: Leblanc Illuminations has put a sign up reminding people about eco -acts that can be adopted. Furthermore, our communication materials are printed by Imprim' Vert -certified printers, on paper from sustainable managed forests. 6. Already 4,500 trees planted: Leblanc Illuminations is involved in a carbon compensation program aimed at replanting trees in the Mediterranean Sainte-Victoire forest near Aix-en-Provence and in the tropical Atlantic Forest in Brazil, where creating a nursery is synonymous with jobs. For each order, Leblanc Illuminations neutralizes the CO2 emissions of products for a period of 1 year. Energy consumption of 2300W is equivalent to planting one tree. As proof of its action, Leblanc Illuminations offers customers who request it a carbon compensation certificate confirming the number of trees planted as a part of their illuminations project. 7. PAC Energy: In collaboration with the French Agency for the Environment, Leblanc has implemented an Energy Collective Support Program. Leblanc Illuminations is reducing its energy consumption while moving towards the use of renewable energies. Leblanc has opted for EDF's "kWh Equilibre" scheme, offering electricity generated from renewable energy sources. Over 35 tons of CO2 avoided every year. I '7-0, 73 TAB 1 1 2. DETAILED SCOPE OF WORK d. We have met numerous times with the city and its electrical engineers. There are areas that do not have power. The city is pricing infrastructure to add power to those areas. Our final designs will be in collaboration with the city engineers ensuring it is cost effective to add power to those areas. Each individual area on the RFP has been quoted separately. If the infrastructure proves not to be cost effective the city can select to remove that area or portion from the final contract. Re -designs based on feedback from the electrical contractor can be made as well. 3. OUTCOMES AND PERFORMANCE STANDARDS a. Artistic Holiday Designs will schedule the project accordingly to be successful in reaching our goal of completion by November 21st. Delivery of goods, input from the city (such as banners not being removed or electrical work not done yet), traffic conditions, seasonal holiday events, and other issues can always impact our installation schedule. Our team will modify as necessary to ensure the end goal is achieved. We will have management on site throughout the install season. Daniel Biller will manage his install team, Derek Norwood and Sara Basch will manage the overall design aspect of the project, Oscar Peterson will manage the implementation of all 3D decor, and Leblanc's export manager Hilkka Chartier will arrive with a team to help support our installation of Leblanc Illumination product. b. Leblanc Illumination and Artistic Holiday Designs products and designs are forward thinking. Nowhere in the USA will you find similar holiday lighting. Artistic Holiday Designs has designed everything to stand out and represent Miami Beach as the unique world-class city that it is. We will incorporate our world-wide installation best practices to bring unique lighting to the City of Miami Beach. c. We will work with the city to best schedule every portion of the installation. While there will be some disruption, we will help mitigate by offering some over -night installations, small sections of one lane closures instead of full street closures, and we will work with city electrical contractors to be sure the power is ready for us before we begin our work. If the city feels that a notification to its citizens is warranted for the work we will be performing, we will provide that communication at no cost to the city. ;R'?=017-077-t' ti}!i,y Li c.; :y 74 Art -15+1c Holiday Designs TAB 1 1 4. SCHEDULE DESIGN. CREATE. EXPERIENCE. Artistic Holiday Designs and Leblanc Illuminations will build a detailed production schedule followed by a shipping schedule once the final order is approved. Our contingent schedule is as follows: 1. Order confirmation: End of June 2. Start production: 8 weeks (Aug 27th) 3. Prepare shipment: 1 week (Sept 3rd) 4. Ship by Sea: 3 weeks (Sept 24th) 5. Start installation of all tree lighting: last week of September 6. Get decor from port of Miami: 1 week (Oct 1st) 7. Stage product for installation: 1 week (Oct 8th) 8. Start installation: Week of October 9th. 9. Complete all installations and testing: November 20th 10. Removal Begins: January 4th 11. Removal Ends: January 15th Artistic Holiday Designs and Leblanc Illuminations will ship items in order of staging and installation. For example, street crossing decor and pole decor would be installed prior to any 3D decor. We will work directly with the city to develop the best production schedule to be successful on our delivery. 5. QUALITY CONTROL AND RISK MITIGATION a. This project is truly our life's work. We have been in the holiday lighting industry for almost twenty years and everything we have experienced has led us to this project. We will control quality by truly being in control of this project. From a design aspect, Sara Basch, Artistic Holiday Designs, will be on site to make sure this project is perfect. From an operations standpoint, Derek Norwood, Artistic Holiday Designs, will be on site to manage Daniel Biller, Holiday Lighting Designs, Inc, and his team. From a product installation perspective, Oscar Peterson, Artistic Holiday Designs, will be on site and guided by a team from France who will oversee the project. We will communicate with our city contacts all aspects of preparation. August and September will be critical to keep communication open and available in order to lead to our success in October and November. b. Potential risks on the project extend from getting the product to port and having it released in customs. We cannot make our production schedule until a final decision is made from the city. If a decision is made late, part of the production might have to wait until 2018 to implement. If the city can make a quick decision based on the schedule provided above, we can move forward with the entire project in 2017. Another risk will be weather related. We will need to be prepared if a major storm develops and destroys some of our decorations. We will have extra raw materials and men on site to make corrections if this were to happen. If a bad storm happens during our installation time frame this could put us behind schedule for completion. If it is reasonable, we will have fall -back time allotted into our install schedule in order to still make our deadline. 2.2 9"-' 75 �trttS�IC Holiday Designs TAB 2 1 OPERATIONS AND MAINTENANCE PLAN DESIGN. CREATE. EXPERIENCE. a. Monitoring and Managing Implementation Schedules: Derek Norwood will oversee and manage all implementation schedules. Effective communication will be planned with the city to notify staff of all schedules, changes, and completions. b. Ongoing Training and Continuous Improvement: Our training crew from France will oversee all 3D decor, our management crew from Chicago to oversee the entire installation. All crews are trained, skilled, and experienced in holiday lighting and decor. Additional training and support will be available 24/7 via skype meetings or on-site meetings where needed. c. Staffing Plans: The prime proposer, Artistic Holiday Designs, will manage and update all staff. Our head installation manager, Oscar Peterson, will manage the install of all 3D decor. As well, an installation manager from Leblanc Illuminations will be on site to ensure all 3D decor is properly installed. Holiday Lighting Designs, Inc. will manage all tree lighting, pole decorations, as well as maintenance, service, and 24/7 inspections of all decor. All staff is properly trained and experienced in commercial lighting products and installation. Our team prides itself on reliable, expedient, and outstanding service. d. Preventive Maintenance: Our combined team will test all lighting and decorations prior to final installation completion. After completion, nightly inspections will identify the correct technician to provide immediate response to complete any service. We will ensure all decorations and lighting are properly working. e. Trouble Shooting and Corrective Maintenance: Trained staff and technicians will be notified immediately upon completion of nightly inspections. The staff will ensure expedient response times to complete service or repairs. f. Availability of Parts and Supplies: All decorations and lighting will be ordered and shipped with spare parts. In the event of repair or replacement, the decor will be replaced or corrected with the spare parts. Leblanc Illuminations ships spare parts with each order to ensure all decor is properly working for the holiday season. In the event of damaged parts that cannot be replaced, we will air freight decor in a timely manner for replacement. g. Performance Monitoring and Metrics: Pre -completion testing will be reported to the city as well as any issues or changes based on installation. After completion, nightly inspections and reports will be shared with the city. A detailed description of all decor and its status will be shared with the city. A timeline for any repair will be noted in the report. h. Storage Capacity and Location: Storage of all decor will be located at Holiday Lighting Designs, 6778 Lantana Road, Suite 6, Lake Worth, FL 33467. All decorations will be stored in light resistant containers. 76 r"\AIAMIBEACH City of Miami Beach, 1755 Meridian Avenue. 3`d Floor, Miami Beach. Florida 33139, www.miamibeachfl.pov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 4 REQUEST FOR PROPOSALS (RFP) 2017.077•JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS May 10, 2017 This Addendum to the above -referenced RFP is being issued to initiate Phase II of Request for Proposals (RFP) No. 2017 -077 -JC Design, Furnish, Install, Maintain, Remove and Store, Holiday Lighting and Decorations, and to provide other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REMINDER: Proposers are reminded that the Cone of Silence is still in effect. II. ATTACHMENTS: Exhibit A: Revised Appendix G Special Conditions ADDITION: PHASE 0 TIME TABLE HAS BEEN ADDED AS FOLLOWS: Phase It — Technica Proposals Pre -Submittal Conference May 15. 2017 AT 2:00 PM (Voluntary) Deadline for Receipt of Questions Proposals Due June 5, 2017 AT 5:00 PM June 19, 2017 AT 3:00 PM Evaluation Committee Meeting to Interview Commission Approval of Final Proposer TBD TBD 1 ADDENDUV NO. 4 R_QUES- FOR ?ROPOSA_S ;RF?! 2017-077-„C HO.-IDAY DESIGN. FJRNISi-4.:\STA_L. MAINTAIN REMOVE AND STORE. HOLIDAY L:GI-TING AND DECORATIONS R % 077 t ; ountj 77 IV. PHASE II CONFERENCE: A voluntary Phase 11 Conference is scheduled for 2:00 PM on May 15. 2017 at the following location: City of Miami Beach, Procurement Department 1755 Meridian Avenue, 3rd Floor Conference Room Miami Beach. Florida 33139 Proposers are strongly encouraged to attend in-person. Proposers interested in participating in the Pre -Proposal 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: 5804578 Proposers who are interested in participating via telephone should send an e- mail to the contact Mr. Jason Crouch at JasonCrouchemiamibeachfl.gov expressing their intent to participate via telephone. V. PHASE 11 PROPOSAL DUE DATE AND TIME: The deadline for the receipt of proposals is until 3:00 p.m.. on June 19, 2017, at the following location. City of Miami Beach, Procurement Department 1755 Meridian Avenue, 3rd 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. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Cleric's Office at RafaelGranado(a�miamibeachfl.gov. Procurement Contact: Telephone: Jason Crouch305-673-7000, ext. 6694 Email: JasonCrouch anmiamibeachfL51ov 2 ADUEVDUV:NO.4 REOUES- FOR PROPOSALS (RFP; 2017 -077 -JC HOL DA" DESIGN. FURNISH. INSTALL, MAINTAIN. REMOVE AND STORE.-IOL'DAY LIGHT'NG AND DECORATIONS _ .7-0'"J,. Ht 3 78 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 return Appendix B questionnaire with the reason(s) for not submitting a proposal. rely. Alex Denis Procurement D rector ADDENDUM NO. 4 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC HOLIDAY DESIGN. FURNISH, INSTALL. MAINTAIN, REMOVE AND STORE. HOLIDAY LIGHTING AND DECORAT ONS a..' 01 7 077-.1C H-;iday Lighting 79 MIAMI BEACH City of Miami Beach. 1755 Meridian Avenue, 3id Floor, Miami Beach, Florida 33139. www.miam i beachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 5 REQUEST FOR PROPOSALS (RFP) 2017.077 -JC DESIGN. FURNISH. INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS May 24, 2017 This Addendum to the above -referenced RFP is issued in response to questions from prospective proposers. or crier clarifications and revisions issued by the City. 1 ANSWERS TO QUESTIONS RECEIVED VIA EMAIL - Q': Please confirm that this is a rental arrangement and not a purchase. We will be renting and not selling you the decorations. Correct? Al: Please refer to Addendum No. 2, dated March 28. 2017, see Q21A2. Q2: Is it possible to get quick approval (fastback) on any designs/plans engineering drawings upon acceptance of the contract to allow us as much time to manufacture your custom decorations? A2: Upon the date of Commission award, the successful proposer(s) will receive approval of their proposal, including its designs, plans, and engineering drawings, to be immediately followed by negotiations and execution of contract. 03: Will the city consider providing a staging area/ A3: At this time, the City cannot provide a staging area for this project, Q4 Is there any way the City can re -look at the timing and move up the final Commission date/ A4: The City cannot move up the Commission date. The RFP requires Phase 11 evaluations, which will not commence until proposals are received on June 19. 2017. Subsequently, the earliest Commission date following receipt of proposals is July 26, 2017. 05: Will proposers know the final ranking at the conclusion of the Phase II Evaluation Committee meeting? A5: A final scoring and ranking will be displayed at the conclusion of the Phase 0 Evaluation Committee meeting. The scores and ranking will be 1 ADDENDUM 10 5 REOt1EST FOR PROPOSAI.S (RFP 20174177 -.IC HOLIDAY DESIGN. FURNISH..NSTALL, MAINTAIN, REMOVE AND STORE. HOLIDAY LIG`ITII\G AND DECORATIONS ?RF�. 2017 -077 -JC LiahtIi `q 80 referred to the City Manager for recommendation of award to City Commission, for the proposals) deemed to be in the best interest of the City. 06: Can proposers get copies of additional City street plans and elevation maps? A6: The City does not have additional street plans, diagrams, schematics or maps to release. Proposers are advised to conduct a City site-visit(s), utilize web -based mapping tools, and available Internet search engines. 07: Is there an approximate budget for this project? A7: The City has a budgeted amount of $334,000 for FY 17/18. Enhancement to the budget for FY 17118, and future years, has been submitted to City Commission for review. 08: How should proposers price the project? A8: A Cost Proposal Form will be issued with further instructions. Additionally, the City will ask proposers to price each of the corridors separately, as identified in Appendix C, page 33, of the RFP. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below. with a copy to the City Clerk's Office at RafaelGranadoemiamibeachteov, Procurement Contact: Jason Crouch Telephone Email: 1305-673-7003. ext. 6694 JasonCrouchna.miamibeachfl.gov Proposers are reminded to acknowledge receipt of this Addendum as part of your RFP submission. Sincerely. Al x De�, P t►Femeni Director v�- 2 ADDENDUM NO. 5 R EQUES7 FOR PROPOSALS i RFP; 20t7 -077 -JG -IOL DAV DESIGN, FURN'SY, INSTALL. MAIN' A"\. REMOVE AND STORE, HOLIDA" L'GHTING AND DECORATUNS RFP: 2017 ;77 -JC !-t:?1;d: ,v Ligh'.i.Pg 81 MIAMIBEACH City of Miami Beach; 1755 Meridian Avenue, 3`d Boor, Miami Beach, Florida 33139, www.miamibeachfl.ctov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 6 REQUEST FOR PROPOSALS (RFP) 2017 -077 -JC, Phase fl DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS June 1, 2017 This Addendum to the above -referenced RFP is being issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REMINDER: Proposers are reminded that the Cone of Silence is still in effect. II. DUE DATE MODIFICATION: in order to allow sufficient time for product development, delivery, and/or implementation. the proposal due date has been moved up to June 15, 2017. PHASE II PROPOSALS ARE NOW DUE: June 15, 2017, at 3:00 p.m. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach. Florida 33139 Proposers are cautioned to allow sufficient time for traffic or parking, for which the Proposer is solely responsible. Proposals received after the above stated date and time will not be considered, It is the City's intent to present an award recommendation to the City Commission on June 28, 2017. rather than July 26, 2017, as originally anticipated. III. ATTACHMENTS: Exhibit A: Appendix H, City of Miami Beach Street Light Poles IV. ANSWERS TO QUESTIONS RECEIVED VIA EMAIL. 01: Can we assume the city ME have the banners removed for the poles that we are going to decorate prior to us arriving for installation? Al: The banners will be removed with the exception of areas used for Art Basel. ' 1ADDENDUM NO. 6 REOUEST FOR PROPOSALS tRFP; 2017-077—JC I sOL17AY DESIGN. FURNISH, INSTALL. MA-NTAfN. REMOVE AND STORE. HOLIDAY LIGHTING AND DECORATIONS ;RFP? 201 7 -077 -JC Holiday Lighting 82 Q2: Do you have any renderings to show what City Hall will look like when the construction project is complete? A2: City hall is not under construction. The infrastructure work is related to the convention center project and should be completed within the next few months. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. 1 Procurement Contact: P Telephone: Email: Jason Crouch 1305-673-70Q0, ext. 6694 JasonCrouch(cmiamibeachfLgov 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 return Appendix 8 questionnaire with the reason(s) for not submitting a proposal. Sin rely, rement Director 7 E ADDENDUM NO 6 REQUEST FOR PROPOSALS (RFP120 HOLIDAY DESIGN. FURNISH, INSTALL. MAINTAIN, REMOVE AND STORE, HOLIDAY LIGHTING AND DECORATIONS (R•FP) 201 7-077 JC Holiday Lighting 83 'BEACH City of Miami Beach 1755 Meridian Avenue. 3rd Floor Miami Beach. Florida 33139. www.miarnibeachfLgov PROCUREMENT DEPARTMENT Tel 305-673-7490 ADDENDUM NO. 7 RFP 2017 -077 -JC, Phase fl Design, Furnish, Install. Maintain, Remove, and Store Holiday Lighting and Decorations JUNE 8. 2017 to RFP issued ir; response to clanfictlo-s nc onsssed :-;•.; :he C.t,„ The RFP :S arner-oed fOh(P.AirC: •.)clv f deletions a'e striketnrough Jr('C 1OCJOflS I DELETE Sec:irxi 0_:00 Proposa! Evaluatie Phase II Evatuation Process. in .is errely and REPLACE tilt-, REVISED Plase 11 Ecaillak•:r Exh it ATTACHMENTS: Exhibit A: Revised Section 0400 Proposal Evaluation, Phase II Evaluation Process Exhibit B: Cost Tender Form Failure to submit the attached Cost Tender Form shall render proposal non - res • nsive, and said non -res ionsive • ro osal shall not be considered b the Ci . ,\r rec:nrdr-,7; -nis in writing to the r'roc,„roment Def,a-trnom to ten: or 0: the Idr1 iFwied e.o .coD.y. ..he Oft (..;•erk Office at 1.;oritac.. !eleencri4. Jason C.-ouc" cjov Proposer. AcKno..•.,ie..cc;e -e.....e;;J: of o' 1hJ RFP stiornission. Potert.cil or000ser:, havtr electec: not to subri.t reS:Y)nse to the RFP are req,.;e51€:c tO:Lo!ftplete arid rf.'urrl Nct:Ce PrOS•PeCtik..eBctdes cues•ioil:•r0 o, th thc, reason(s) for !-...),.stivitt ni.; :)roposa: (RFP 2017-077-iC Holiday Lighting 84 AvHis±ic Holiday Designs DESIGN. CREATE. EXPERIENCE, THANK YOU Thank you for allowing Artistic Holiday Designs the opportunity to present our technical proposal. Please contact our main office if you need any further information. Artistic Holiday Designs 2030 Parkes Drive Broadview, IL 60155 708-223-8847 DerekN@ArtisticHolidayDesigns.com KaraW@ArtisticHolidayDesigns.com SaraB@ArtisticHolidayDesigns.com Pi 2017-0 C Ho day ! i3:^:ti;:g 85 �t�tIS+IC Holiday Designs Leblanc illuminations Section 1-- Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly, The Proposer agrees, if this proposal is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construot and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled; REQUEST FOR PROPOSALS (RFP) No, 2017 -077 -JC DESIGN, FURNISH, INSTALL, MAINTAIN, REMOVE, AND STORE HOLIDAY LIGHTING AND DECORATIONS The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus alternates, if any, provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance, In the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form, the Proposer agrees that the total base proposal shall govern. In the event of a discrepancy between the numerical total base proposal and the written total base proposal, the written total base proposal shall govern. In absence of totals submitted for any division cost, the City shall interpret as no proposal for the division, which may disqualify the Proposer, Name of Proposer's Authorized Representative: Derek Norwood Title of Proposer's Authorized Representative: President Signature of Proposer's Authorized Repro entative: Date: 6/13/2017 State of Illinois ) On this ( day of 0-10-e- , 2011 personally CP.l-6V-- (Q9iimedo( appeared before me Clnviritia,Hernandetwho f3ies{i ns De -e No)rwoocf stated that (s)he is the pasidtr 3- of cow ic. 1-Iatdo+ra 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 vol 1 tary art and deed. Before me: 6 ADDENDUM NO. 7 Request for Proposals (RFP) 2017 -077 -JD Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations Notary Public for the State of Florida My Commission Expires' .4w -s ww a. "OFFICIAL SEAL" CHRISTINA HERNANDEZ Notary Public - State of Illinois My4oro aisslonatR1CitIlfthlit1 APPENDIX E COST PROPOSAL FORM tht, to submit Cost Proposal Form, in its entirety and fully executed, by the deadline established fO receiet ofi •ro osals will result in Proposal being deemed non.res•onsive and bein re'ected Proposer affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this RFP, 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 Form completed in pencil shall be deemed nonresponsive. All corrections on the Cost Proposal Form shall be Initialed, f GROUP 1; HIGH PROFILE CORRIDORS Extended 5•Year Area Location Year 1 Year 2 Year 3 Year 4 Year 5 Cost (Years 1.5) 1 41st Street Julia Tuttle entrance sign 41st Street from Alton Rd to Indian Creek755 Meridian Ave 150,714.11 $ $ 112,906.12 150,714.11 $ 112,906.12 $ 150.714,11 $ 112,906.12 $ 120,571.29 $ 90,324.90 $ 120,571.29 $ 90,324.90 693,284.91 $ 519,368.16 $ 2 3 Lincoln Rd $ 348,352.34 $ 348,352.34 $ 348,352.34 $ 278,681.88 $ 278,681.89 $ 1,602,420.78 4 Police Station $ 23,451.40 $ 23,451.40 $ 23,451.40 $ 18,761.12 $ 18,761,12 $ 107,876.44 5 Historic City Hap $ 7,613.59 $ 7,613.59 $ 7,613.59 $ 6,090.88 ( 6,090.88 $ 35,022.53 6 City Hall Campus (1700 Convention Center Drive) 121,467,67121,467.67 $ $ 121,467.67 $ 97,174.14 $ 97,174.14 $ 558,751.29 $ EXTENDED ANNUAL COST AREAS 6) GR , . . (Ar TRA PORT, PERMITS, FEES, YEAR 1 764,505.24 as 1.6): DELIVERY, MAINTENC YEAR 2 764,505.24 54 It 'VITAL INSTALLATION, °i REMOVAL, YEAR 3 764505.2. $ etir LABOR, AND STQ YEAR 4 611,604.21 DESRVN", IVI NENTAI� ;' GE YEAR 5 611,604.211 $ a LARK 'S, 3,516,724.11 Area -GROUP Location Ii. KEY RR, Year 1 'l2 .. ini illYear 4 Year 5 -. �xtondod 5• Year Cost ears 1.5 Alton Rd from 5" Street to 41" Street 152,702.20 $ 152,702.20 $ 152,702.20 122,161.7 $ $ 122,161,76 702,430.12 8 Sunset Harbor Garage $ 15,205.95 $ 15,205.95 $ 15,205.95 $ 12,164.76 $ 1216476 $ 69,947.37 9 Anchor Garage $ 5,111.24 $ 5,111.24 $ 5,111.24 $ 4,089.00 $ 4,089.00 $ 23,511.72 10 Espanola Way from Washington Ave to34,453.13 Pennsylvania Ave $ 34,453.13 $ 34,453.13 $ 27,562.51 $ 27,562.51 $ 158,484.41 $ 7 ADDENDUM NO. 7 Request for Proposals (RFP) 2017 -077 -JC e Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations 11 Washington Ave from 5th Street to Dade 'Blvd 113,323.98113,323.98 $ $ 113,323.98 $ 90,659,19 $ 90,659.19 $ 521290.32 $ Ocean Drive from 5th Street to 16th Street (includes„, 175,817.25 175,817.25 140,779.80 140,779.80 809,031.35 12 Lummus Park) $ $ $ $ $ $ 13 59th -Street median N/A N/A N/A N/A N/A N/A Collins Ave between 65th Street and 76th68,535.79 58,535.79 58,353.79 46,683.04 46,683.04 268,973.45 14 Street $ $ $ $ $ $ 5th Street Lenox to Center Median (Lenox- 59,217.46 59,217.4659,217.46 47,373.97 47,373.97 272,400,32 15 Washington) $ $ $ $ $ $ 71st Street (Bay Drive E to Bay40,019.01 40,019.01 40,019.01 32,015.21 32,015.21 184,087.45 16 Drive W) $ $ $ $ $ $ 71st Street Normandy fountain and52,493.83 52,493.83 52,493.83 41,995.07 41,995.07 241,471.63 17 entrance sign $ $ $ $ $ $ Normandy Drive (Bay Drive E to 43,002.54 43,002.54 43,002.54 34,402.04 34,402.04 197,811.70 18 Bay Drive W) $ $ $ $ $ $ 19 Collins Park $ 245,772.99 $ 245,772.99 $ 245,772.99 $196,628.4C $196,628.40 $ 1,130,575.77 20 87th Street $ 34,624.01 $ 34,624.01 $34,624.01 $ 27,699.21 $ 27,699.21 $ 159,270.45 5th Street Sot,lth 21 Washington Ave 20,173,10 $ 20,173.10 $ 20,173.10 $ 16,138.48 $ 16,138.48 $ c 92,796.26 $ 5th Street South 11,456.75 9,165.40 9,165.40 52,701.05 22 Alton Rd $ $11,456.75 $11,456.75 $ $ $ YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 EXTENDED ANNUAL 1,061,909.23 1,061,909.23 1,061,909.2 849,517.84 849,517.84 COST (AREAS 7-22) $ $ $ $ $ 7 22) i YEAS I O•} � ilATERIALS,' s f SPO RY, INS N � c ” _� MARK-l.UPS, : 4,884,763.37 .`..i t"� ' NTENAFR ..r`n+ '?t� S!°� � I V /' M. GRAND TOTALS TO BE ENTERED BELOW: GRAND TOTAL PER YEAR COST (AREAS 1-22) YEAR 1 YRARe2 YEAR. 3`L (areas (Areas (Areas 22).:. 1=22) 22.._.,.. 1,826,414.4 1,826,414.47 5 -YEAR GRAND TOTAL: GROUP 1 AND CROUP 2 FOR DESIGN, MATERIALS, TRANSPORT, DELIVERY, INSTALLATION, LABOR, RENTAL, MARKOS, PERMITS, FEES, MAINTENANCE, REMOVAL, ND STORAGE 8,401,487.53 Note: The City at its sole discretion may proceed with all or some of the corridors listed dependent upon availability of funding through the City's budgeting process. ADDENDUM NO. 7 Request for Proposals (RFP) 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: $ 8,401,487.53 PROPOSER (Print): Artistic Holiday Designs ADDRESS: 2030 Parkes Drive CITY/STATE: Broadview, IL FEDERAL I.D. #: 47-4074306 ZIP: 60155 NAME/TITLE OF REPRESENTATIVE (Print) D Norwood SIGN (I certify that I am authorized to execute this proposal and commit the proposing firm) 9 ADDENDUM NO. 7 Request for Proposals (RFP) 2017 -077 -JC Design, Furnish, Install, Maintain, Remove, and Store Holiday Lighting and Decorations ATTACHMENT D INSURANCE REQUIREMENTS M 1 AM BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: — Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title 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. 40 _ Request for Proposals (RFP) 2017 -077 -JC Holiday Lighting ATTACHMENT E FINAL DESIGN RENDERINGS AND COST PROPOSAL AvH1s±c Holiday Designs RFP 2017 -077 -JC Holiday Lighting Final Design, 10/2/17 PRODUCT LISTING - ENHANCEMENT PRODUCTS 1. Julia Tuttle Entrance: 10 Trees with Fronds wrapped in colored mini lights 10 tree base decors in pure white 1 large main decor without flamingos 1 pink umbrella, 1 blue umbrella 2. 41st St. Prism Decor 31 3m Pole decor 2 Street crossing 3. Lincoln Road 27 palm trees with fronds wrapped in mini lights 10ft snowflake in pure white 2 10ft Sapin Trees in pure white 2 3D Flamingos 4 Jardins Flower stands 4. Police Station 4 palm trees with fronds wrapped in mini lights 4 tree base decors Icicle Lights 2m Scroll 6. City Hall 12ft menorah in silver 30ft tree decorated in pure white and warm white lights with blue mesh ribbon and silver spangles 10 Trees with fronds wrapped in mini lights 1000 ft of icicle lights 10. Espanola Way 4 Trees with fronds wrapped in mini lights Trunk wrapped trees 4 chandelier crossings Ki E' '01:-i':`?_JC'tioliz33 Li;2??ziaswi l Artistic • �..l:a:ayL):sc;r:s 11. Washington 72 1 m pole decor on every other pole 12. Ocean Drive 12 trees with fronds wrapped in mini lights 1 pink umbrella 1 blue umbrella 1 Walk Through Wave 1 Walk Through Snowball 15. 5th Street Sign 12 trees with fronds wrapped in mini lights 16. 71st Street Sign 6 trees with fronds wrapped in colored mini lights 17. Normandy Fountain 8 trees with fronds wrapped in pure white mini lights 19. Collins Park Sylma 20. 87th Street Sign Branch wrapped trees Miami Beach letters Frozen tree in warm white and blue Additional Area: North Youth Center Installation in October: C9 roofline bulbs in pure white Mini lights on trunks and fronds of 4 palm trees Installation in November: 12ft Scroll in warm and pure white 2 1'. Julia Tuttle Entrance - view 1 Miami Beach / Florida Atr►s" tc Holiday Designs . .. ... . • e ••:-":,, • , . ... .. ,.. .- .. . 1. Julia Tuttle Entrance - view 2 Miami Beach Florida RFP 2017 -077 -JC Holiday Lighting 1 Artistic Holiday Designs 1\1c f5 IC Holiday Designs 4 1. Julia Tuttle Entrance - view 3 Miami Beach / Florida RFP 2017 -077 -JC Holiday Liyhting Artistic Holiday Designs Ar *1-' 15 /1—*C Holiday Designs 2. 41st Street from Alton Rd to Indian Creek - Prism Crossing & 3m Pole Decor Ar 15 lc Miami Beach / Florida Holiday Designs RFP 2017 -077 -JC Hoiidey LightTng [ Artistic'Hofiday Designs 6 2. 41st Street from Alton Rd to Indian Creek - Prism 3m Pole Decor Miami Beach / Florida RFP 2017 -077 -JC Holiday Lighting l Artistic Holiday Designs Ari -15' IC Holiday Designs 3. Lincoln Road - Washington Miami Beach / Florida RFP 2017 -077 -JC Holiday Lighting I Artistic Holiday Designs Ar 151 IC Holiday Designs 8 RFP 2017 -077 -JC holiday Light:Inc) I Artistic HQUdy DeisignS 3. Lincoln Road - Pennsylvania Miami Beach / Florida Holiday Designs 9 3. Lincoln Road - Meridan Intersection East Miami Beach Florida iS iC Holiday Designs RFP 2017 -0/7 -JC Fight:lay Lighting [ Artistic Holiday Designs 10 3. Lincoln Road Lenox - site 1 Miami Beach I Florida RFP 2017 -077 -JC Holid irc }iviiday Designs Air -t- ja Holiday Designs • w Ar • • ir • • • • •••....;1; • • 3. Lincoln Road - Lenox - site 2 Miami Beach / Florida /611r IS IC Hol iday Designs RFP 2017M77-JCHpliday Arth.;:dc 3. Lincoln Road - Lenox - site 3 Miami Beach / Florida AvH isra Holiday Designs RFP 2017 77 -JC Hohd 19htil79 +fustic iday Designs 13 •' . „ ••• • ••• ••• •• ••••• 4. Police Department Miami Beach / Florida RFP 2017-077,1C Holiday loghting Artistic Holiday Designs . • iS IC Holiday Designs 14 4. Police Department - front Miami Beach / Florida RFP 2017 -077 -JC Holiday Lighting 1 Artistic Holiday Designs Atr-his ic Holiday Designs 15 6. City Hall Campus on 17th Street - custom silver/white menorah Miami Beach / Florida RIP 2017 -077 -JC Holiday Lighting I Artistic Holiday signs Av— sf a Holiday Designs 16 6. City Hall Campus - Convention Center Drive - Trees and bases Miami Beach / Florida PIT 2017 -077 -JC Holicipy Lighting I artistic Holiday Designs PIS Ior * *C H oliday Designs • • 10. Espanola Way - view 1 - Chandelier Crossing Miami Beach / Florida R1"p 2017 -077 -JC Holiday Liyhthig Ar••isthz Holiday Design$ ic Holiday Designs 18 or '•• "*",' • • ••• ...• • I' •• • rir* • 'w • 10. Espanola Way - view 2 - Chandelier Crossing Mimi Beach Florida A Vi't C Holiday Designs RFP 291 A.017 -JC Holiday Artistic Ficliday 19 11. Washington from 5th to Dade - 1m Pole Decor - every other pole Miami Beach / Florida RPP 2017 -077 -JC Holiday Lighting j Artistic Ho iday Designs AV' tIS' r C Holiday Designs 20 n Drive Miami Beach t Florida RFP 2017 -077 -JC Holiday a jFtting Artistic Hoiiday Designs ough Wave r`�15±1c Holiday Designs 12. Ocean Drive - 10 Trees and 2 umbrellas Miami Beach / Florida RFP 2017 -077 -JC Holiday Lighting 1 Artistic Holiday Designs Ay -F=15 -1-.1c Holiday Designs 22 12. Ocean Drive - Walk through snowball Miami Beach / Florida RFP 2017 -077 -JC Holiday Lighting Artistic Holiday Avtic ts Holiday Designs 23 • " • • •„ „ • • • : • . • • `..• • • s. • ts • 15. 5th Street Lenox to Center Median Miami peach I,Flerida r5 IC Holiday Designs , 16. 71st Street - Entrance Sign Miami Beach / Florida RFP 2017 -077 -JC Holiday Lighting Artistic Holiday Designs' iAitr tS IC Desk,gns 25 •1, •• •*, ..,• • • • - 17. Normandy Fountain Miami Beach Florida RFP 2017 -077 -JC Holiday Lighting I Artistic Holiday Designs AvHhc Holiday Designs 26 19. Collins Park - West - Syima display Miami Beach / Florida RFP 2017 -077 -JC Holiday ig Aing I Artistic Holiday Designs (51-tc Hol iday Designs 27 20. 87th Street - Blue and Warm white Mia RFP 201 7 -07 I -JC Holiday Lighting I Artistic Holiday Designs i5 iC Holiday Designs 28 • Ill* **** * • * • *6 • * M'* • * * 1 ♦ 4t a * * • * * *I.** North Shore Park - Lights installed in October, Scroll installed in November Miami Beach / Florida RFP 2017 -077 -JC Holiday Lighting 1 Artistic Holiday Designs tr tS` c Holiday Designs 29 North Shore Park - Lights installed in October, Scroll installed in November Aviis-hie Miami Beach t Florida Holiday Designs RFP 2017.0 CH liciay Lighting Stic Holiday Designs 30 Ar`Frs`-ic Holiday Designs Leblanc illuminations 2017-077-JC Holiday Decor Inventory List Concept 1 Product item/list qty custom display total trees total sets to branch icicles wrap footage roofline total total 1 m total pole decor 3m total pole decor tree base decor TOTALS: 29 136 325 1600 72 35 14 1. Julia Tuttle Entrance SP3237 Flamingos large sign display wont flamingos 1 1 lifeguard SP7698, SP7692 - 2 umbrellas lounge chair, stand with 2 lounges palm trees with fronds 18 10 all trees colors base 3d decor on trees 10 10 sp7692 blue umbrella 1 1 sp7698 pmk umbrella 1 1 2. 41st from Afton to Indian 3m tall poles 3m pole decor 31 31 crossing street crossings 2 4 3. Lincoln Road palm trees with fronds 47 47 201753 .pin trees 2 2 201757 pure while snowflake 1 i sp3237 flamingos (3d) 2 2 201847 jardin (pure with pure) 4 4 4. Police Station 4 palm trees with fronds 4 4 basse 3d decor on trees 4 4 !doles (per foot) 400 400 2m scrolls 3 3 6. City Hall and campus a. tradition tree, heart, and menorah traditional tree 1 1 menora 1 1 allow for a maximum of 50 total trees. 3d bases on half palm trees with fronds 15 15 icicle lights on building. 3 sides of city hat icicle lights (per foot) 1000 1000 10. Espanola Way a. Circle concept chandeliers wout webbing 4 4 palm trees with fronds 6 6 trunk wrap trees with spheres (10 trees) 200 _ 200 one tree totally branch wrapped 75 75 11. Washington 5th to dade 1m pole decor 72 72 12. Ocean Drive palm trees with fronds (all pure white) 24 24 (2) umbrellas sp7689 2 2 (1) walk thru wave 1 1 (1) interactive omament Sp2002 1 1 15. 5th street lenox to washington, (center median at sign) palm trees with fronds 12 12 16. 71st street Normandy Fountain Normandy Fountain palm trees with fronds 8 8 16. 71st entrance sign street palm trees with fronds 6 6 19. Collins Park (1) Sylma 201523 1 20. 87th sign street branch wrap trees behind the decor 50 50 Frozen tree in blue/warm 1 1 thin letters- MIAMI BEACH 1 1 86, Addon North Youth Center area- c9 rooflines in pure while 200 200 palm trees with fronds 4 4 6' scroll in warm and pure white lights 1 1 Avislic Designs REP 2017 -077 -JC Cost Proposal 10/3/17 Ariis ic Holiday Designs SUMMARY - COST PROPOSAL Artistic Holiday Designs worked closely with the City of Miami Beach and their team to execute a full design for the approved budget of $395,000.00. We began with twenty two corridors and have narrowed down the design to thirteen corridors. Below is a breakdown of design for each corridor. 1. Julia Tuttle Entrance: The entrance sign will be enhanced with a large sunset and palm illuminated decor. Our team will install colored mini lights on palm trunks, pure white rope light bases around trunks, and pure white mini lights on the fronds of 10 palm trees. On either side of the main sign, we will install a large 11ft tall umbrella decors lit in pink and blue mini lights. 2. 41st St. from Alton to Indian We will install 2 street crossings using our Prism decor in pure white lights and silver reflective textile. On 31 of the large pole light poles, we will install 3m Prism pole decors. 3. Lincoln Road 27 palm trees with fronds will be wrapped in mini lights throughout the site. For large decor, we will install a 10ft snowflake in pure white lights, 2 10ft Sapin Trees in pure white, 2 3D Flamingos and 4 Jardins Flower stands. 4. Police Station The building will be lit with white icicle lights and a snowflake scroll. The 4 palm trees out front will be wrapped in mini lights and base decors installed. 6. City Hall The building roofline will be lit with icicle lights. We will decorate 10 trees in mini lights, decor, bases and lit fronts. Out front, we will install a 30ft tree decorated in pure white and warm white lights with blue mesh ribbon and silver spangles. Next to the tree, will be a 12ft menorah in silver and flood lit with blue lights. 10. Espanola Way We will light 4 palm trees with fronds, 1 full branch wrapped tree and 10 tree trunks. 4 chandelier will be installed across the main street intersections. 11. Washington Ave. 5th to Dade On every other small light pole we will install a 1 m Prism decor for 72 total decors. 12. Ocean Drive We will light 24 trees with fronds in mini lights. For larger decor, will will install 1 pink umbrella, 1 blue umbrella, 1 walk through wave, and 1 walk through snowball. 15. 5th Street Sign We will light 12 trees with fronds in mini lights. 17. 71st Street Sign & Normandy Fountain We will light 6 trees with fronds in mini lights. We will light 8 trees with fronds in mini lights. 19. Collins Park One large Sylma decor will be installed. 20. 87th Street Sign We will branch wrapped trees in pure white lights. The decor will be a large Frozen tree in warm white and blue mini lights and then pure white letters - Miami Beach. Additional Area: North Youth Center In October, we will install C9 bulbs along roofline and mini lights on 4 palm tree trunks and fronds. In November, we will isntall a 12ft scroll on the facade. (RFP) 2017 -077 -JC Holiday lighting 2 Avislic Holiday Designs LEASE TO OWN Artistic Holiday Designs is offering a 3 year lease to own option on the decor for the City of Miami Beach. The product cost will be split over 3 years. At the start of the 4th year, we offer a $1.00 buy out. At that time, the decor is owned by the City of Miami Beach. LABOR The labor cost is yearly and includes installation, maintenance, storage, removal, insurance, and equipment. We will work with the City of Miami Beach to schedule installations, maintenance and removal. COST BREAKDOWN Sale price per year on 3 year lease to own $223,157.78 Sale price of total labor each year $171,759.60 Total yearly cost $394,91L38 Please see the following page for a breakdown of cost per corridor. (RFP) 2017 -077 -JC Holiday Lighting 3 5 c Holiday Designs COST PER CORRIDOR Corridor product (3 year) labor (each year) 1 Julia Tuttle Entrance $34,049.08 $26,206.82 2 41 St. Alton to Indian $24,292.25 $18,697.20 3 Lincoln Road $20,053.09 $15,434.42 4 Police Station $8,202.87 $6,313.57 6 City Hall $20,196.56 $15,544.84 10 Espanola Way $11,971.15 $9,213.93 11 Washington Ave 5th - Dade $16,980.83 $13,069.77 12 Ocean Drive $45,786.97 $35,241.22 15 5th Street Signage $3,853.54 $2,965.98 17 Signage and Normandy Fountain $6,064.58 $4,667.77 19 Collins Park $10,455.04 $8,047.01 20 87th Street Entrance $18,059.49 $13,899.99 North Youth Center $3,192.33 $2,457.06 (RFP) 2017 -077 -JC Holiday Lighting 4 r lc Holiday Designs TOTAL COST Year 1 Product (3 year) Labor (each year) Grand total Totals $223,157.78 $171,759.60 $394,917.38 Year 2 Product (3 year) Labor (each year) Grand total Totals $223,157.78 $171,759.60 $394,917.38 Year 3 Product (3 year) Labor (each year) Grand total Totals $223,157.78 $171,759.60 $394,917.38 Year 4 Product Labor (each year) Grand total Totals $1.00 buy out $171,759.60 $171,760.60 Year 5 Product Labor (each year) Grand total Totals $0 $171,759.60 $171,759.60 (RFS') 2017 -077 -JC Hir!<;y Lighting 5