Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Certification of Contract with All Power Generations Corp.
MIAMIBEACH ea 4 CITY OF MIAMI BEACH 9/a//8 CERTIFICATION OF CONTRACT TITLE: For Furnish, Delivery, Installation, Maintenance and Repair of Generators CONTRACT NO.: ITB 2018-039-JC EFFECTIVE DATE(S): This Contract shall remain in effect for a period of three (3) years from date of execution by the Mayor and City Clerk of the City of Miami Beach, and may be extended at the sole discretion of the City, through its City Manager, for two (2)additional, one (1) year periods. SUPERSEDES: N/A CONTRACTOR(S): All Power Generators Corp ESTIMATED ANNUAL CONTRACT AMOUNT: $70,540.00 A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida ("City"), on September 12, 2018, approving the award of this Contract and upon execution thereof by the City and All Power Generators Corp, a Florida Corporation (the "Contractor"). B. EFFECT - This Contract is entered into to provide for Furnish, Delivery, Installation, Maintenance and Repair of Generators pursuant to City Invitation to Bid No. ITB 2018- 039-JC and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents"). C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in accordance with the City of Miami Beach Procurement Department policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miami Beach Contract Number 2018-039- JC. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to City of Miami Beach, Adrian Morales, Director/Property Management at 305-673-7000 ext. 2932. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and/or commencement of any services/work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract delivery of supplies, or Page 2 Certification of Contract any portion of work and/or services required by the Contract Documents without the prior written consent of the City. Contractor warrants and represents that all persons providing/performing any supplies, work, and/or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently provide/perform same, or services to City's satisfaction, for the agreed compensation. Contractor shall provide/perform the supplies, work, and/or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final product(s) and /or work provided to or on behalf of City shall be comparable to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS— Excellent Customer Service is the standard of the City of Miami Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. H. PUBLIC ENTITY CRIMES — Contractor acknowledges that the provisions of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute provides, in pertinent part, that a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Supplies, work, and/or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and/or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFICIARIES - Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and/or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract and/or the Contract Documents. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and/or the Contract Documents. 2 Page 3 Certification of Contract K. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Adrian Morales City of Miami Beach Department of Property Management Department 1833 Bay Road Miami Beach, Florida 33139 With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: All Power Generators Corp 9841 NW 117 Way Medley, Florida 33178 Attn: Michelle Feliciano Phone: 305-888-0059 Fax: N/A E-mail: mfelicianoaallpowergenerators.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 3 Page 4 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and/or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. O. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (li) the ITB; and /or (Hi) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. R. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any services, unless set forth in a written Purchase Order. 4 Page 5 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this 5 day of Ck. r , 20 tt;, by their respective duly authorized representatives. ALL POWER GENERATORS CORP CITY OF MIAMI BEACH By A Pr=siden/ Signature Mayor OL-A n Octruq c 2c\ lie Print Name ATTEST: ATTEST: r �� � ( / S, S- . ry/ Signature Raof el�nado, City Clerk MiChe lie 1=eciuno laic/2- Print Name Date , MI gF1u alz 2ol� M. :. .._.o Date COEFI /ORATED,' * -77;.. lrt Rim FROVED AS iJ'Le-- c -.- 4RNM d LANC'.'J'J iS FOR EXEC i'ON r " (a � ( '� City Attorney !l All Date 5 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet Page t of 2 Competitive Bid Reports-C2 A MIAMI BEACH COMMISSION MEMORANDUM TO. Honorable Mayor and Members of the City Commission FROM. Jimmy L. Morales,City Manager DATE: September 12,2018 SUBJECT: REQUEST FOR APPROVAL TO AWARD INVITATION TO BID (ITB) 2018-039-JC, FURNISH, DELIVERY, INSTALLATION, MAINTENANCE, AND REPAIR OF GENERATORS. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach. Flonda approve the City Manager's recommendation pertaining to the bids receivedpursuant to ITS 2018-039-JC, Furnish, Delivery. Installation, Maintenance&Repair of Generators. ANALYSIS The City of Miami Beach Property Management Department requires a maintenance and repair services to assure that the City's emergency power generator remain efficient and functional. The generators are located at multiple sites within the City of Miami Beach, and require the professional capability to perform services on various brands and equipment types. Additionally, requirements of the scope of work include furnishing all labor, parts, tools, transportation, supervision, and equipment necessary for the performance of services under the ITB. The awarded contractor shall be responsible to furnish and deliver emergency power generators, provide equipment installation, routine maintenance, inspections, and repair services to the City of Miami Beach. ITB No. 2018-039-JC was issued on June 20, 2018, with a bid opening date of August 10, 2018. Three (3) addenda were issued. The Procurement Department issued bid notices to 132 companies utilizing www.publicpurchase.com website. Forty-seven (47) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of two (2) responses from: All Power Generator Corp., and R&D Electric, Inc. See tabulation sheet (Attachment A). The Procurement Department has verified that the lowest responsive bid submitted by All Power Generator Corp., has met all the requirements of the ITB. The second lowest responsive bid submitted by R&D Electric, Inc. has also met all the requirements of the ITB. In order to efficiently service the City's generator needs, the Administration recommends award to a primary and a secondary to assure that a contractor is always available. All Power Generator Corp, the lowest responsive, responsible bidder, would be the primary contractor. R & D Electric, Inc., the second lowest responsive, responsible bidder, would be the secondary contractor. All Power Generator Corp. According to the information provided by All Power Generator Corp., the firm was established over twenty-five (25) years of generator maintenance and repairs experience, servicing all brands, sizes, makes, and models of generators, automatic transfer switches, rentals, and all other generator equipment and accessories. Some of its client include government agencies, public and private companies, as well as various condominiums throughout South Florida. Its main capabilities include the following: emergency and on-demand services, load bank services, mobile refueling, pressure cleaning and inspections. R & D Electric, Inc. R & D Electric is a certified electrical firm. R & D has been previously awarded a City contract for general electrical services. R & D is responsive to City requests and has performed satisfactory work. While it is not primarily a generator service firm, it has the capabilities to do the work. CONCLUSION Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of contracts, pursuant to ITB 2018-039-JC, to All Power Generator, Corp., the lowest responsive, responsible bidder to the ITB as the primary contractor, and to R & D Electric, Inc., the second lowest responsive, responsible bidder to the ITB as the secondary contractor; and further authorize the Mayor and City Clerk to execute a contract. https://miam ibeach.novusagenda.com/agendapubl is/CoverSheet.aspx?Item[... 9/20/2018 Coversheet Page 2 of 2 KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Grant funding will not be utilized for this project. Legislative Tracking Property Management/Procurement https://mi ami beach.novusagenda.com/agendapublic/Coversheet.aspx?ItemL.. 9/20/2018 TABULATION OF BIDS RECEIVED Invitation to Bid ITB 2018-039JC Furnish.Delivery.Installation.Maintenance 8 Repair of Generators NPowrGers1odCap. ,.: - 'F.3°i^ y.,A"'S:s e bY; LungSraiCiu lo& . (roa[BasiE df: 5 115,800 00 $ 163,868.00 ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,wvnv.miamibeachfl.gav PROCUREMENT DEPARTMENT Tel: 305.673-7490. ADDENDUM NO. 3 INVITATION TO BID (ITB) 2018-039-JC FURNISH, DELIVERY, INSTALLATION, MAINTENANCE AND REPAIR OF GENERATORS • July 30, 2018 This Addendum to the above-referenced ITB is being issued to provide clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISED MINIMUM ELIGIBILITY REQUIREMENTS. The following revisions have been made to the ITB, Section Cl of Appendix C. 1. Bidder must provide possess a valid State of Florida Electrical Contractor License at the time of bid submission manufacturer's letter andlor recoller's cer ificate, indicatsng that the wed. • II. REVISED SECTION 0300, BID SUBMITTAL INSTRUCTIONS, TAB 3. The following revisions have been made to the ITB, Section Cl of Appendix C. • • TAB 3 — Submit a valid State of Florida Electrical Contractor License AAanufacturo-s Lottor and/or cortificat• in accordance with per the Minimum Requirements of the ITB for each brand for which a bid is submittal. III. REVISED SECTION 3.7, Furnish, Delivery and Installation of New Generators, The following revisions have been made to the ITB. • Upon request by the City, the contractor shall furnish, deliver and install engine li generator unit(s) to the specified City of Miami Beach destination. testaUatiea ^hall bo no additional cost. All freight charges shall be paid by the contractor.. IV. NEW ATTACHMENT REPLACING PREVIOUS COST PROPOSAL FORM. The following attachments have been added to the ITB, and incorporated as requirements to the ITB. Exhibit A: Appendix E, Revised Cost Proposal Form Exhibit B: Appendix D, Special Conditions 1 • • 1 : r • • r e • • - • • r ,t • •.r n . . : • 1 . • I I :ID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED • 1 V. ANSWERS TO QUESTIONS RECEIVED. 41: Section 3.5 indicates we are to change oil, oil filters, fuel filters and do a 4 hour load bank every quarter. Please confirm this is correct? Al: Please provide pricing based on this scope of work requirement. The actual services required may change under the direction of Property Management Director, or designee, at the time actual service is requested. Q2: Are any units over 50' away from the closest point to park our service trucks? If so please indicate which sites are over 50' and any special conditions (i.e. in a basement, on a roof top, etc.)? A2: Unknown at this time. 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. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov 2 Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. • Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a bid. Sio Al: x I- is Procurement Director • 1 • 3 Exhibit A 4 APPENDIX E r‘ t Y ,> a i 4 . -=a 3 4 Revised Cost Proposal Form 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 5 APPENDIX E REVISED COST PROPOSAL FORM Failure to submit Appendix E, Revised Cost Proposal Form,in its entirety,and fully executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the Revised Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Revised Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Revised Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Revised Cost Proposal Form (Appendix E)shall be initialed. Bidders are required to bid on all of the following line items and groups in order to be considered for an award. GROUP 1k ROUTINE MAINTENANCE SERVICES W IB) lc) 10) Item Description Unit of No.of Tatar Cast I Unit Cost Measure -I Quantity Generators Ax Ba C=O Quarterly 1.A.1 Maintenance . $ Per Visit 2 36 $ Service? Semi-Annual 1.A.2 Maintenance $ Per Visit 2 35 $ Senices' TOTAL.GROUP IA GROUP TB:NON-ROUTINE MAINTENANCE SERVICES Item Description (AI (6) (C) Tot(Cnal Cast I _. .._ _._ " Unit Cost UnitofMeasure Quantity No.utGeneretars 0.xnx C=O Labor Non-Regular Hours 1.6.1 Rate for Emergency $ Hourly Rate 2 36 $ Services Labor Non-Requ!ar Hours 11.111 © 1. B.2 Rate for Repairs endlor $ Hourly Rate 2 Es ui.ment Installation Labor Regular Hours 1.B.3 Rate for Emergency 2 MEM Services Labor Regular Hours 1.6.4 Rate for Repairs and/or $ Hourly Rate 2 36 $ Equipment Installation i TOTAL GROUPIE $ GROUP IC:PARTS%MARK-UP Est Amount _X Mark-up = Annual Cost 1.C.1 1 Parts $5,000 % , $ TOTAL GROUP 1C $ GRAND TOTAL GROUP I(IA t tEl a-IC) $ 6 *Requires compliance with Section 2-408, Living Wage Requirements, of the City Code. APPENDIX E Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: II • li Page Intentionally Left Blank. it Ii 8 Exhibit B 9 APPENDIX D r _ 7 1 t l i '} _.J J Y t 1 § 32 P' Special Conditions 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 io 6. POOL OF PREQUALIFIED CONTRACTORS FOR RENTAL EQUIPMENT AND ADDITIONAL SERVICES. The City may, at its sole dlscretion, establish a pool of qualified contractor(s), from the list of responsive and/or awarded contractors, from which future rental equipment, purchase, delivery and installation of new equipment and/or additional projects may be solicited. • MIAMI BEACH City of Miami Beach, 1755 Msrrd:an Averue,3d Floor,Mom'Peach,Florida 33139,w.vw-miamibecchd-gov PROCUREMENT DEPARTMENT Tel: 305.673-7490 Fox: 786-394-2002 ADDENDUM NO. 2 INVITATION TO BID (ITB) 2018-039-JC FURNISH, DELIVERY, INSTALLATION, MAINTENANCE AND REPAIR OF GENERATORS July 27, 2018 This Addendum to the above-referenced ITS is being issued to provide clarifications and revisions issued by the City. The ITB is amended in the fallowing particulars only (deletions are shown by strikethrough and ' additions are underlined). • I. MODIFICATIONS. ITB DUE DATE AND TIME. The deadline for the receipt cf responses is extended until 3:00 P.M., on Friday, August 10, 2018 at the following location. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. 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 RafaelGra na do nm iam i beachfl.00v. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITS are requested to complete and return the 'Notice to Prospective Bidders'questionnaire with the reason(s)for not submitting a bid. ely,/ham le enis Pr urement Director 1IADDENDUM No.2 Ta 2018-039-JC Furnish.Delivery, Irstallaton, Maintenance and Repair of Generators MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue,3"Hoar, Miami Beach, Forida 33139,www.rJamiceaci:F.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 796-394.4002 ADDENDUM N0. 1 INVITATION TO BID (ITB) 2018.039-JC FURNISH, DELIVERY, INSTALLATION, MAINTENANCE AND REPAIR OF GENERATORS July 17, 2018 This Addendum to the above-referenced ITB Is being issued to provide clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISIONS ITB DUE DATE AND TIME. The deadline for the receipt of responses is extended until 3:00 P.M. on Friday, August 3, 2018 at the following location. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED 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 I RafaelGranado(5 miamibeachfl,gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000,ext. 6694 JasonCrouch@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Pros tiv- Bidders"questionnaire with the reason(s)for not submitting a bid. S' o el , AR Al x D ocur r ent Director 1IADDENDUM NO.1 ITS 2018-039-JO Furnish,Delivery,Installation,Maintenance and Repair of Generators INVITATION TO BID (ITB) Furnish, Delivery, Installation, Maintenance and Repair of Generators 2018-039-JC BID ISSUANCE DATE: JUNE 20, 2018 BIDS DUE: JULY 20, 2018 AT 3:00 PM ISSUED BY: Jason Crouch, Procurement Contracting Officer PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3es Floor, Miami Beach, FL 33139 305.673.7000 x 6694 I JasonCrouch@miamibeachfl.gov I www.miamibeachfl.gov A r TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 15 APPENDICES: APPENDIX A BID CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B NO BID" FORM APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS 2 SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms,conditions and obligations of the Proposers and,subsequently, the successful Bidders(s) (the"contractor[s]") if this ITB results in an award. The City utilizes PublicPurchase (ww,ra.oublicourchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this ITS. Failure to receive an addendum may result in disqualification of bid submitted. 2. PURPOSE. This ITB seeks to serve the needs of the City's Property Management, Public Works, and Fleet Services Departments. On January 18, 2013, the City entered into an Agreement with All Power Generators, Corporation to provide emergency power generator maintenance and repairs, pursuant to Invitation to Bid (ITB) No. 64-11/12. The Agreement had an initial term of two (2) years, which commenced on January 18, 2013, and ended on January 17, 2015. The City subsequently exercised each of the available three (3), one (1) year renewal options. On December 8, 2017, and prior to final expiration, the City Manager approved a renewal of the Agreement, on a month-to-month basis, until such time as a new Agreement is awarded. The intent of this ITB is to award an Agreement to qualified emergency power generator firm(s) in order to establish contract(s) for the City's emergency power generator maintenance and related needs. The contractor shall be responsible to furnish and deliver emergency power generators, provide equipment installation, preventive/routine maintenance, inspections, as-needed rental equipment pursuant to a pool of prequalified vendors, and repair services to the City of Miami Beach. The generators are located at multiple sites within the City of Miami Beach, and will require of the contractor the professional capability to perform services on various brands and equipment types. Additionally, the contractor shall also furnish all labor, parts, tools, transportation, supervision, and equipment necessary for the performance of services under this ITB. The requirements and specifications of the work are further detailed herein and, specifically, in Appendix C. The City's Living Wage requirements, pursuant to Section 2-408 of the City Code, for employees of the successful contractor are a requirement of this ITB and the resulting agreement, for routine maintenance (quarterly and semi- annually)only. 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: ITB Issued June 20, 2018 Pre-Bid Meeting June 29,2018 at 1:00 PM Deadline for Receipt of Questions July 10, 2018 at 5:00 PM Responses Due July 20, 2018 at 3:00 PM 3 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact. Telepnene. Email. Jason Crouch 305.673.7000 x 6694 •asoncrouch• miamibeachfl..ov 'dditionally, the City Clerk is to be copied on all communications via e-mail at RafaelGranadona,miamibeach9.gov: or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date bids 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. 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach 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-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation.Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13091&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: htto://web.miamibeachf.00vlorocurement'scroll.asox?id=79113. • CONE OF SILENCE CITY CODE SECTION 2-486 4 PROTEST PROCEDURES CITY CODE SECTION 2-371 DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-106 CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECT'ON 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS 8 SERVICES CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to qualit' and service, then the award shall be made to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation,judgment,experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. 16. BINDING CONTRACT.The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission. The City Commission's selection or approval of the City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s). The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1)Addendum in reverse order of release:2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental-contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. 6 • QCC^ Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21.AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request.TTY users may also call 711 (Florida Relay Service). 22. 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. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives,to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books,documents, papers and records pertinent to the Contract for three(3)years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior 7 written notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s)from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties"means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract,or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. e CFL Cr 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery lime(in calendar days) for each item. It must be a firm delivery time; no ranges(For example, 12-14 days)will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any materal conflicts between information provided by the source of supply and the information contained in the bidders bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. NOT USED. 37. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid;then B. Addendum issued for this Bid,with the latest Addendum taking precedence;then C. The Bid: then D. The bidder's bid in response to the Bid. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with 9 specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s)offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY, It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, food, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority' for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42, ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. - 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 10 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense. which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 49. INSPECTION, ACCEPTANCE 8 TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 11 7_ f • 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, _ and all instructions pertaining to supplies and services. Failure to do so will be at the bidders risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any porton of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any tines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented,or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". 12 • .. rk However, in all cases must be provided within five(5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal"product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3fd Floor, Miami Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68.TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion,which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination,which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable"cure period"for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 13 ;_- 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30)days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. UNDERWRITERS' LABORATORIES. Unless otherwise stipulated in the Bid, all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 73. ADDITIONAL ITEMS I SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and 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 the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order(or Change Order if Purchase Order already exists)or an amendment to the Contract. Additional items with a cumulative value of$50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. 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 14 SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Submittal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within two (2) days of request by the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidder's Name, Bidder's Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID SUBMITTAL.The Bid Submittal is to include the following: • TAB 1 - Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN TN= ORIGINAL TIB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NO RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2-Bid Certification, Questionnaire and Affidavits (Appendix A). • TAB 3 - Submit Manufacturer's Letter and/or certificate per the Minimum Requirements for each brand for which a bid is submitted. 3. LATE BIDS. Bids are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Bids will be considered late and not be accepted or will be returned to Bidder unopened.The City does not accept responsibility for any delays, natural or otherwise. 15 APPENDIX "A" / / \ \ / ` 1 - t i- Bid Certification , Questionnaire & Requirements Affidavit 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Solicitation No: Sdcitati ,hue: 2018-039-JC Furnish,Installation, Maintenance and Repair of Generators PmmrementConlect Tel: 1 Email: 16 Jason Crouch 305.673.7000 x 6694 jasoncrouch@miamibeacM.gov BID CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Bid 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 Bid Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS. FIRM PRIMARY ADDRESS IFEADGUARTERS I: CI Y: 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 N0: ACCOUNT REP TOLL FREE NOr. ACCOUNT REP EMAIL. FEDERAL TAX IOEN➢FICATION NO The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm orpnncipal 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. 17 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein.No proposal will be considered without receipt, by the City,of the SQR directly from Dun&Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https9/suonlieroortal.dnb.comfwebapo/Wcs/stores/servleUSuoplierPortal?storeld•11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SUR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at BOO- 424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within 2 days of request. 3. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly.an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 4. References & Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES,' Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code') and submit that Code to the Procurement Department with .its proposallresponse 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, 18 • Proposer may submit a statement indicating that it will adopt,as required in the ordinance. the City of Miami Beach Code of Ethics. available at www.miamibeachfl.gov/procurement/. 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time. covered employees shall be paid the required living wage rates listed below: 1. Effective January 1,2018,covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1, 2019.covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1,2020,covered employees must be paid a living wage rate of no less than$11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15.00 per hour without health care 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.miamibeachfi.govrprocuremenU. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide*Equal Benefits'to their employees with domestic partners. as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the 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 addiLonal benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave 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 he 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 wwwmamibeachfi.uovbrocurementlscroll asox?id-79113. 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states tat 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 19 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.297.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor lis;. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination.Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin,religion,sex,intersexuality,gender identity,sexual orientation, mantel or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation,unless the proposer certifies in writing that the business has adopted and employs written policies,practices, and standards that are consistent with the Cit/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 applicants 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 far the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time.By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However. Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in .roposal disqualification. Initial to Corfimi Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 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 20 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 acceptor reject proposals,and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal,the applicant agrees to deliver such further details, information and assurances,including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders. partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content, its accuracy.or its completeness.No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to'his 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. 21 BIDDER CERTIFICATION I hereby certify that: I, as an authorized agent of the Bidder, am submitting the following information as my firm's proposal: Bidder agrees to complete and uncorditional 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; Bidder agrees to be bound to any and all specifications, temu 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; Bidder has not divulged, discussed, or compared the proposal with other Bidders and has not colluded with any other Bidder or party to any other proposal; Bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Bid Certification, Questionnaire and Requirements Affidavit are true and accurate. 8 Name of Bidders Authcrtzed Representative: Tide of Fader;Authorized RepresentatNe: Signature of Bidden Authodzed Represenredve: Cate: • 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 22 APPENDIX B i \/i � i E � ' 1 /\ " No Bid " Form 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Mote: Ifs inyorfanrfor those vendors who have received notification of this solicitation flit have decided notto respond, to complete and submit the attached "State-meth—Of No Bid."lfre "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City._�_.._ .._. ... 23 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond _ Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do_do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Jason Crouch BID #2018-039-JC 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 ITB 2018-017-jC 26 24 APPENDIX C i L ) / \ r \. 1 L _/--vv J Minimum Requirements & Specifications 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 20! 8 017H 27 25 Cl. Minimum Eligibility Requirements The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Bidders that fail to comply with minimum requirements will be deemed non-responsive, and will not be considered. 1. Bidder must provide a manufacturer's letter and/or reseller's certificate, indicating that the Bidder is an authorized seller and/or distributor of the specific generator brand(s)for which a bid is submitted. C2. Statement of Work Required The contractor shall be required to provide emergency power generators installation, preventive/routine maintenance, inspections, repair services and as-needed generator rentals for the City of Miami Beach. These services shall be in accordance with the applicable generator manufacturer's recommendations and as specified herein. The City requires a routine maintenance program that, at a minimum, requires the contractor to perform quarterly, and semi-annual maintenance services. The generators are located at multiple locations within the City of Miami Beach, and will require the capability to perform services on various brands and equipment types. The contractor shall also furnish all labor, parts, tools, transportation, supervision, equipment and obligations necessary for the performance of services under this ITB, including but not limited to the following: C3. Specifications The technical requirements of the City's desired emergency power generator program shall include, but not be limited to the following: • Maintain City-owned and rental generators in peak mechanical condition; • Provide preventive/routine generator and related systems inspections; • Incorporate a preventive/routine maintenance service program that assures maximum operating performance on all machines and equipment; • Assign certified generator technicians to the City of Miami Beach; • Deliver emergency services and related equipment, as necessary; • Provide preventive/routine maintenance and repair services; • Furnish, deliver and provide emergency power generator equipment installation. 3.1 Inspections and Testing Overview Inspections and testing of the generators shall be performed as needed in accordance with the generator manufacturer's recommendations. Inspections are required to comply with State and Federal regulations in effect during the contract period, and shall be included in the submitted bid. The City of Miami Beach Property Management Department will determine the timeline/window for the inspections(example: February, March,April)with the selected contractor(s). The contractor shall perform the inspections and testing (non-load and full-load), of the generators and associated systems on a scheduled basis as specified herein. (NOTE: No load bank testing is required on portable generators. Maintenance on portable generators will be performed on an as- needed basis, at the request of the City of Miami Beach.) Additionally, an annual compliance test is required of all fuel stations. 26 The contractor shall review with the City of Miami Beach Zone Manager, or designee, the details of the completed work and the condition of the system(s), plus any recommendations for necessary repairs or improvements to the system. Within seven (7) calendar days following an inspection, the contractor shall file a written inspection report to include a complete set of records of the inspections, including, but not limited to, inspection dates, equipment checked, pieces of equipment replaced, technicians involved, system operation, performance status, and service recommendations. One (1) copy in PDF format of the inspection records shall be provided to the City of Miami Beach Zone Manager, and one (1) PDF copy shall be provided to the Properly Management Director. 3.2 Intentionally Deleted. 3.3 Intentionally Deleted. 3.4 Semi-Annual Maintenance Services With the exception of portable generators, during a semi-annual service, the contractor shall provide the services listed in the quarterly visits, as well as the following: Cooling System • Analyze coolant for proper antifreeze percentage. • Analyze coolant conditioner level and add additional supplemental coolant additive (SCA) as needed. • Tighten hose clamps as needed. • Lubricate fan drive with Caterpillar bearing lubricant for high speed applications and temperatures: -30 degrees Fahrenheit to 325 degrees Fahrenheit. Fuel System • Inspection of steel fuel lines for cracks, leaks and proper line bracket support. • Check the main tank for water(if accessible). Starting System • Clean and apply corrosion inhibitor to the terminals of lead acid batteries as needed. • Tighten battery cable connections as needed. • Inspect and tighten starter motor(s), connections and wiring. Exhaust System • Drain water in exhaust moisture traps. • Inspect exhaust manifold(s)for broken or missing hardware. Air Intake System • Test air cleaner indicator. • Check all air intake piping for damage and loose connections. Lubrication System 27 • Check crankcase breather, inspect hose and connections. • Take oil sample for "Caterpillar Scheduled Oil Sampling Program (S.O.S), or the appropriate prime mover program depending on the facility. Fuel System • Clean primary fuel filter(if screen type). • Drain water and sediment from day tank(if accessible). • Clean Inlet filters for day tank. • Test day tank alarms. • Lubricate governor linkage. Starting System • Test and record battery cells' electrolyte specific gravity. • Check and record battery voltage dip level during over crank test for minimum voltage required to maintain controls during start-up. Air Intake System • Inspection of air cleaner seal for pliability and sealing. • Inspection of turbocharger for excessive end play clearance (if accessible) and seal leakage. Generator and Voltage Regulator • Check rotor air gap for correct clearance. • Inspection of rotor and stator for damage and excessive oil or dirt build-up. • Inspection of coupling and guards for loose or missing pads. • Check tightness of generator leads and voltage regulator control wiring. • Strap and tape any wiring or generator leads that have rubbing and for worn insulation. • Inspect brushes and slip rings or rotating rectifier. • Clean and adjust voltage droop potentiometer. • Inspect exciter field. • Lubricate generator bearing with bearing lubricant for high speed applications and temperatures-10 degrees Fahrenheit to 325 degrees Fahrenheit. Control Panel • Check for and tighten loose terminals on the generator set and the generator control panel. • Check tightness of relays in the generator control panel. • Inspect for excessive dirt accumulation and clean as needed. • Test auto-start system. • Test safeties and pre-alarms on control and annunciator panels. 3.5 Quarterly Maintenance Services With the exception of portable generators, the contractor shall provide the following quarterly services: 28 • Visual Inspection of radiator/heat exchange for leaks, damage and obstruction. • Add coolant(up to four gallons) to bring the coolant to correct level. • Inspect condition of radiator cap,gasket and sealing surface. • Visual Inspection of water pump and cooling system gaskets for leaks. • Inspect belts for cracking and fraying. • Check jacket water heater(s)for proper operation and adjust thermostat setting as needed. • Check belt tension. • Inspect flexible water connections for crackling, leaks and pliability. • Check engine coolant level. • Check engine oil level. • Check the battery charger. • Check coolant levels, • Analyze coolant for proper antifreeze percentages and adjust accordingly. • Inspect cooling system hoses. • Tighten hose clamps as needed. • Clean fuel filter. • Clean air cleaner. • Service belts as required. • Check engine heater operation. • Check generator set for fuel, oil, and coolant leaks. • Check air intakes and outlets. • Check transfer tank operation. • Check ball bearings, brushes, brush holders, commutator, cooling screens, alternator, connections, insulation, shunt trip, mainline circuit breaker, belts, hoses, spark plugs, automatic transfer switches, and indicator lights. • Drain exhaust line. • Check battery charger operation and charge rate. • Check battery electrolyte levels and specific gravity. • Check generator output voltage and adjust as necessary. • Emergency system operation with load transfer. • Emergency system operation without bad transfer. • Frequency check(governor adjustment. • Check transfer switch and accessory operation. • Check engine alternator charge rates. • Check engine and generator gauge and indicator operation. • Check generator set controller operation including shut-down functions and emergency stop. • Lube, oil and filter change. • Fuel filter change. • Engine tune-up with parts. • Four hour external resistive load bank test: (two hours at 50%, one hour at 75%, one hour at 100%), the contractor shall provide alternate to biocides maintain control of this growth. • Legally dispose of waste oil and filters. 29 • Replace inlet filter for day tank. • Load Bank testing. • Power Run: Run the generator verify that the unit runs property has no alarms or warnings • Fuel : Ensure adequate fuel levels • Mode: Ensure that the generator is in "Auto"mode, for automatic startup • Breakers: Check that the circuit breaker is closed • Leaks: Check for stability and leaks • Water heater: Ensure there are NO fluid leaks Lubrication System • Add crankcase oil (up to two gallons of oil meeting or exceeding manufacturer's specifications, such as API CH-4, CG-4, CF-4 or Natural Gas oil if spark ignited) to bring the oil to its correct level. • Inspect oil heater for proper operation and leaks. • Check for excessive crankcase blow-by with engine running. • Visual inspection front and rear crankshaft seals and lubrication system gaskets for leaks. Fuel System • Inspect flexible fuel lines for cracking, leaks and pliability. • Test day tank pump for proper operation and level. • Operate fuel priming pump and check for proper operation and leaks. • Drain water from water separator. • Check fuel system for leaks. • Check governor oil level in main fuel tank. • Record fuel level in main fuel tank. Starting System • Top off electrolyte level. • Check and record battery charger amperage. • Check battery charger and adjust float rate for optimum battery performance and life. • Check and record alternator for proper charge rate with engine running. • Check for proper cranking termination upon starting. Exhaust System • Inspect flexible exhaust coupling for cracks and excessive leakage. • Check for abnormal exhaust characteristics with engine running (signs of wet stacking). • Inspect exterior of exhaust manifolds for oil/fuel slobber(signs of wet stacking). • Inspect exhaust rain protection and exhaust outlet screening. Air Intake System • Inspect air filters for plugging and deterioration. • Make walk around inspection of complete installation. • Inspect generator set vibration isolators and adjust as needed. • Check for unit on-line capability in less than 10 seconds. • Check for abnormal noise or vibration. 3D • Re-Check oil level with engine running. • Re-Check for leaks with engine running. • Check for proper operation of remote fan motors, thermostats, circulating pumps and solenoid valves. • Check inlet and discharge louvers for proper operation with engine running and Stopped. Control Panel • Operational check of illumination and safety lamps. • Check proper operation of engine and generator instruments with generator running. • Adjust governor control for optimum performance and frequency. • Adjust voltage regulator for proper voltage Upon Completion of Service • Reset all controls to automatic. • Set circuit breaker to correct position. • Check fuel valves for correct position. • Check voltage regulator is on and NOT tripped. • Check battery charger is ON. • Check day tank controls are ON. • Louver controls are ON. • Jacket water heater(s)are ON. • Remote radiator fan controls are ON. • Auxiliary water pump controls are ON. • Check cooling system. • Inspection of pulleys for excessive wear. 3.6 Materials Replacement parts shall be invoiced at the percentage mark-up rate quoted in the ITB. The City reserves the right to request additional documentation from the contractor to support his/her pricing for replacement parts. In the event that City of Miami Beach desires to purchase additional repair/replacement parts, contractor shall provide same at the parts discount rate listed in this ITB. 3.7 Furnish, Delivery and Installation of New Generators Upon request by the City, the contractor shall furnish, deliver and install engine generator unit(s)to the specified City of Miami Beach destination. Installation shall be no additional cost. All freight charges shall be paid by the contractor. 3.8 Rental Generators Contractor shall provide rental generator(s) within twenty-four (24) hours' notice after having received the request from the City of Miami Beach Property Management or other requesting department to provide said generator. Contractor's rental rates shall be those currently in effect at the time of the rental. If Contractor does not have in stock the type and size of generator that is 31 needed for rental, Contractor will secure generator from a third party and provide said rental generator at a rate not to exceed the percentage markup indicated in the ITB cost proposal. Contractor shall deliver and install the rental generator to the City of Miami Beach site, and shall ensure the unit is set in place with required equipment and operational instructions given to the City of Miami Beach Property Management Zone Manager. or his/her designee, or other listed contract person. Rental generator shall be equivalent to the size and output range for each unit replaced. 3.9 Service Hours and Response Time The contractor shall be capable of responding at any time of the day or night upon notification by the City that a situation exists where a shut-down or emergency has occurred. The Contractor must have adequate personnel available to provide emergency services twenty-four (24) hours per day, three hundred sixty-five (365) days per year. Regular working hours are from 7:30 AM to 5:00 PM, Monday through Friday, with the exclusion of recognized Federal holidays. The contractor is expected to perform non-emergency services, within the City's regular working hours. Non-emergency response time for the contractor to be onsite must be within twenty-four(24) hours from receipt of notification by the City. Contractor must include in their bid submittal a 24-hour, seven (7) days per week, contact phone number, cell phone, and emails for each representative assigned to service the City's account. Emergency service shall require the contractor arrive at the applicable generator location within two (2) hours after notification by the City of Miami Beach Property Management Department, or other requesting department. If the contractor fails to arrive within two (2) hours of the emergency repair/service request, the City may take corrective action accordingly. Any situation that results in a non-operational power generator will be considered an "Emergency' by the City of Miami Beach. Where possible, the contractor should endeavor to complete emergency service response within the City's regular business hours. Emergency Service shall be charged as either a regular or non-regular labor rate service, depending on the time of the service call, and consistent with the rate quoted in the ITB. The Emergency Service hourly charges shall only be applicable to time on-site. 32 CITY OF MIAMI BEACH GENERATOR LOCATIONS 1) PUBLIC WORKS: LOCATION ADDRESS: 1051 Jefferson Avenue, PS #1 MAKE MANUFACTURER: Caterpillar MODEL NUMBER: 3456 SERIAL NUMBER: 7WG03088 KW: 500 FUEL TYPE: Diesel FUEL TANK CAPACITY:2500 Gallons DT FUEL TANK CAPACITY IF ANY: 75 Gallons LOCATION ADDRESS: 28 Venetian Way, PS#10/W-5 MAKE MANUFACTURER: Caterpillar MODEL NUMBER:3456 SERIAL NUMBER: 7WG KW: 300 FUEL TYPE: Diesel FUEL TANK CAPACITY: 1500 Gallons DT FUEL TANK CAPACITY IF ANY: 50 Gallons LOCATION ADDRESS: Convention Center, PS#11 MAKE MANUFACTURER: Caterpillar MODEL NUMBER:7WG03078 SERIAL NUMBER:G6B00694 KW:400 FUEL TYPE: Diesel FUEL TANK CAPACITY: 2500 Gallons DT FUEL TANK CAPACITY IF ANY: 75 Gallons LOCATION ADDRESS: 51st Street& Pine Tree Drive, PS#15 MAKE MANUFACTURER: Caterpillar MODEL NUMBER: D100P4 SERIAL NUMBER:0LY00000AD4900591 KW: . FUEL TYPE: Diesel FUEL TANK CAPACITY: 500 Gallons DT FUEL TANK CAPACITY IF ANY: N/A LOCATION ADDRESS: 6854 Indian Creek Drive, PS#19 MAKE MANUFACTURER: Caterpillar MODEL NUMBER: D200P3 SERIAL NUMBER: OLY00000ENNS01614 33 KW: 200 FUEL TYPE: Diesel FUEL TANK CAPACITY: 1000 Gallons DT FUEL TANK CAPACITY IF ANY: N/A LOCATION ADDRESS: 850 71ST Street, PS#21 /W-3 MAKE MANUFACTURER: Caterpillar MODEL NUMBER: 3456 SERIAL NUMBER: 7WG03091 KW: 500 FUEL TYPE: Diesel FUEL TANK CAPACITY: 2500 Gallons DT FUEL TANK CAPACITY IF ANY: 75 Gallons LOCATION ADDRESS: 100 Hagen Street(golf course), PS#22 MAKE MANUFACTURER: Caterpillar MODEL NUMBER: D100P4 SERIAL NUMBER: OLY00000CD4P00676 KW: FUEL TYPE: Diesel FUEL TANK CAPACITY: 500 Gallons DT FUEL TANK CAPACITY IF ANY: N/A LOCATION ADDRESS: 750 75th Street, PS#23/W-2 MAKE MANUFACTURER: Caterpillar MODEL NUMBER:3412 SERIAL NUMBER:AFN01108 KW: 700 FUEL TYPE: Diesel FUEL TANK CAPACITY:4000 Gallons DT FUEL TANK CAPACITY IF ANY:75 Gallons LOCATION ADDRESS: 8100 Hawthorne Avenue, PS#24 MAKE MANUFACTURER:Caterpillar MODEL NUMBER: D100P4 SERIAL NUMBER: OLY00000AD4P00672 KW: FUEL TYPE: Diesel FUEL TANK CAPACITY: 500 Gallons DT FUEL TANK CAPACITY IF ANY: N/A LOCATION ADDRESS: 5400 Collins Avenue, PS#27 MAKE MANUFACTURER: Caterpillar MODEL NUMBER: D200P3 SERIAL NUMBER: OLY00000ANNS01737 KW: FUEL TYPE: Diesel 34 FUEL TANK CAPACITY: 1000 Gallons DT FUEL TANK CAPACITY IF ANY: 75 Gallons LOCATION ADDRESS: 300 28th Street, PS#28 MAKE MANUFACTURER: Cummins MODEL NUMBER: KTA50-G2 SERIAL NUMBER: KW: 1100 FUEL TYPE: Diesel FUEL TANK CAPACITY: 5000 Gallons DT FUEL TANK CAPACITY IF ANY: 75 Gallons LOCATION ADDRESS: 6310 Indian Creek Drive, PS#29 MAKE MANUFACTURER: Caterpillar MODEL NUMBER: 3412 SERIAL NUMBER:AFN01105 KW: 700 FUEL TYPE: Diesel FUEL TANK CAPACITY: 3200 Gallons DT FUEL TANK CAPACITY IF ANY: 75 Gallons LOCATION ADDRESS: 451 Dade Boulevard, PS#W-1 MAKE MANUFACTURER: Cummins MODEL NUMBER: 500DFED-4333 SERIAL NUMBER: C040618692 KW: 1200 FUEL TYPE: Diesel FUEL TANK CAPACITY:4000 Gallons DT FUEL TANK CAPACITY IF ANY: 75 Gallons LOCATION ADDRESS: 1050 41st Street MAKE MANUFACTURER: Caterpillar MODEL NUMBER:3412 SERIAL NUMBER: AFN01104 KW: 700 FUEL TYPE: Diesel FUEL TANK CAPACITY:4000 Gallons DT FUEL TANK CAPACITY IF ANY: 75 Gallons LOCATION ADDRESS:451 Dade Boulevard MAKE MANUFACTURER: Doosan T4F, portable MODEL NUMBER: G240WCU-3A SERIAL NUMBER:472955UHZF33 KW: 240 FUEL TYPE: Diesel FUEL TANK CAPACITY:368 Gallons CITY ID: 15482 35 LOCATION ADDRESS:451 Dade Boulevard MAKE MANUFACTURER: Doosan T4F, portable MODEL NUMBER: G240WCU-3A SERIAL NUMBER: 476623UEAAF33 KW: 240 FUEL TYPE: Diesel FUEL TANK CAPACITY: 368 Gallons CITY ID: 16484 LOCATION ADDRESS:451 Dade Boulevard MAKE MANUFACTURER: Doosan T4F, podable MODEL NUMBER: G240WCU-3A SERIAL NUMBER:476622UEAAF33 KW: 240 FUEL TYPE: Diesel FUEL TANK CAPACITY:368 Gallons CITY ID: 16483 LOCATION ADDRESS: 451 Dade Boulevard MAKE MANUFACTURER: Kohler, portable MODEL NUMBER: 180REOZJB SERIAL NUMBER: 2135437 KW: 180 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN CITY ID: 0759 LOCATION ADDRESS:451 Dade Boulevard • MAKE MANUFACTURER: Kohler, portable MODEL NUMBER: 100REOZJB SERIAL NUMBER:2137319 KW: 105 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN CITY ID: 0760 2) FLEET SERVICES: LOCATION ADDRESS: 140 MacArthur Causeway, Miami Beach, FL 33139 MAKE MANUFACTURER: KOHLER MODEL NUMBER:250REOZD SERIAL NUMBER: GENERATOR(675844) ,TRAILER(121GP12252M010494) KW: 260 FUEL TYPE: DIESEL FUEL TANK CAPACITY: 125 GALLONS DT FUEL TANK CAPACITY IF ANY: N/A 36 3) PROPERTY MANAGEMENT: LOCATION ADDRESS: 16th Street Anchor Garage MAKE MANUFACTURER: Detroit Diesel MODEL NUMBER: 200DZ SERIAL NUMBER: 397271 KW: 200 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: 17th Street Anchor Garage MAKE MANUFACTURER: Kato Light MODEL NUMBER: N100FRF4 SERIAL NUMBER: LM197028 G-44 KW: 100 FUEL TYPE: Natural Gas FUEL TANK CAPACITY: UKN LOCATION ADDRESS:42nd Street& Sheridan Ave. MAKE MANUFACTURER: Spectrum MODEL NUMBER: 80GS SERIAL NUMBER: 672022 KW: 80 FUEL TYPE Natural Gas FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Pennsylvania Garage, 17St&Penn Ave. MAKE MANUFACTURER: Kato Light MODEL NUMBER: 11675060200 SERIAL NUMBER: 2105081 KW: 250 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Sunset Harbor Parking Garage, 1900 Bay Road MAKE MANUFACTURER: Generac MODEL NUMBER: 14259480100 SG130 SERIAL NUMBER: 2115919 KW: 130 FUEL TYPE: Natural Gas FUEL TANK CAPACITY: UKN 37 LOCATION ADDRESS: CH Parking Garage, 1755 Meridian Ave. MAKE MANUFACTURER: Detroit Diesel MODEL NUMBER: 275RJC6DT3 SERIAL NUMBER: 177723-1-1090 KW: 275 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: City Hall, 1700 Convention Center Dr. MAKE MANUFACTURER: Kohler MODEL NUMBER: 400REOZD SERIAL NUMBER: 718937 KW: 506 KWI400 KW FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Council Tower, 1040 Collins Ave. MAKE MANUFACTURER: Cummins MODEL NUMBER: DSFAA-6133507 SERIAL NUMBER: L100173333 KW: 35 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Fire Station#1, 1051 Jefferson Ave. MAKE MANUFACTURER: Kohler MODEL NUMBER: 250REOZJE SERIAL NUMBER: SGM322DJX KW: 250 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Miami Beach Police Dept, 1100 Washington Ave. MAKE MANUFACTURER: Cummins MODEL NUMBER: 680FDR7128JJW SERIAL NUMBER: RH3222489-01 KW: 500 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Miami Beach Police Dept, 1100 Washington Ave. MAKE MANUFACTURER: Cummins MODEL NUMBER: 680FDR7128JJ SERIAL NUMBER: RL19-5182410 KW: 500 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN 38 LOCATION ADDRESS: Bass Museum MAKE MANUFACTURER: Kohler MODEL NUMBER: 400DS SERIAL NUMBER: 624001 KW: 506 KW/400 KW FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Fire Station#2(Main Building),2310 Pine Tree Dr. MAKE MANUFACTURER: Caterpillar MODEL NUMBER: LC6 SERIAL NUMBER: 'G6B02023` KW: 500 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Fire Station #3, 5303 Collins Ave. MAKE MANUFACTURER:Generac MODEL NUMBER: 91A04383-S SERIAL NUMBER: 20018689 KW: 200 FUEL TYPE: Diesel FUEL TANK CAPACITY: UKN LOCATION ADDRESS: Fire Station #4, 6880 Indian Creek Dr. MAKE MANUFACTURER: Kohler MODEL NUMBER: L150FPZ4 SERIAL NUMBER: 112419-1005 KW: 150 FUEL TYPE: Propane Gas FUEL TANK CAPACITY: UK LOCATION ADDRESS: Parkview Point, 7441 Wayne Ave. MAKE MANUFACTURER: Kohler MODEL NUMBER: DSFAA-6133503 SERIAL NUMBER: L100173334 KW: 35 FUEL TYPE: Diesel FUEL TANK CAPACITY: UK 39 APPENDIX D / /V\ Dr rj C Special Conditions 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 40 1. TERM OF CONTRACT. The term of the Agreement ("Term') shall commence upon execution of the Agreement by all parties hereto, and shall have an initial term of three(3)years. 2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for two(2) additional, one (1) year periods, subject to the availability of funds for succeeding fiscal years. 3. METHOD OF PAYMENT: The vendor shall submit an invoice to the City user department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty(30) calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the City in advance of the services being provided. In addition the invoice shall reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment. 4. QUANTITIES. The quantity or amount specified herein are estimated only and not a commitment or guarantee of the amounts required by the City under this Bid. Vendor is not authorized to manufacture, produce, ship or perform unless it has received a release or request for a specific quantity for items/materials specified in the contract ordered pursuant to this bid by an authorized representative of the City. All invoices must be equal to or less than the cost specified in the contract. The City shall not be obligated or liable for any payments in excess of the amounts released or requested pursuant to this bid or for unit prices that exceed those stipulated in the contract. 5. Roadmap for Projects Awarded Pursuant to Pool of Pre-qualified Contractors for Future Projects. The project/contract manager may request quotes from contractors authorized to participate in the Pre-Qualified Bidder Pool for future projects. At its own expense, the contractor shall visit the site and prepare a lump sum detailed quotation (inclusive of all labor, materials, and all other costs. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. Project managers may require an itemized breakdown of the lump sum amounts. 5.1 For projects with a cost up to the amount specified in City Procedure PO15.02,Threshold Category 1 (currently $10,000 or as amended), the project/contract manager may select the contractor deemed to be best qualified and issue a Purchase Order for the work. 5.2 For projects with an estimated cost exceeding the amount specified in City Procedure PO16.02, Threshold Category 1 (currently $10,000 or as amended), the project/contract manager shall solicit three quotes. Following the determination of the best quote, in the City's sole discretion, a Contractor Service Order (080) will be executed for the project. See Appendix G for sample CSO. Prior to issuing a Purchase Order for projects not exceeding $50,000, the City Manager's approval is required. Prior to issuing a Purchase Order for projects exceeding$50,000, the City Commission's approval is required. 01 5.3 In determining the lowest and best contractor for the project, in addition to price, there shall be considered the following: (1)The ability, capacity and skill of the bidder to perform the contract. (2)Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the bidder, (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. 42 APPENDIX E I ) 11 �- 1 1 1 h � ` _ Cost Proposal Form 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 43 APPENDIX E.1 CATERPILLAR BRAND (GROUP Al COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety, and fully executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder 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 ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Bidders are required to bid on all of the following groups in order to be considered for an award for that brand group. For example, a bidder interested in the Caterpillar brand must bid on Groups 1, 2, & 3 of Appendix E-1 in order to be considered for award of that brand. GROUP 1: ROUTINE MAINTENANCE SERVICES Item Description Services Cost X Frequency = AnnuaiCost I A.1 Ouarted Maintenance Services' $ 4 $ 1.A.2 Semi-Annual Maintenance Services* $ 2 $ GROUP I SUBTOTAL $ GROUP 2:HOURLY RATES FOR REPAIRS/INSTALLATION NOTCOVERED BY ROUTINE MAINTENANCE Item Description Est.Haws _X Moody Rate = Annual Cost Labor Non-Regular Hours Rate for 2.A.1 Emer•enc Services 20 HOURS S $ 2.A.2 Labor Re.ular Hours Rate for E.ui went 80 HOURS $ $ GROUP SUBTOTAL S GROUP 3:PARTS%MARK-UP Est Amount _X__ Mark-up = Annual Cost 3.A.1 Parts $5.000 % $ GROUPS SUBTOTAL $ *Requires compliance with Section 2-408, Living Wage Requirements, of the City Code. ESTIMATED ANNUAL COST TO THE CITY(ENTER BELOW THE SUM OF SUB-TOTALS FOR GROUPS 1,2,3) GRAND TOTAL FOR ALL GROUPS(1,23) S 44 CATERPILLAR APPENDIX E-1 Bidders Affirmation company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 45 APPENDIX E-2 CUMMINS BRAND (GROUP B) COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety, and fulty executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder 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 ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form (Appendix E)shall be initialed. Bidders are required to bid on all of the following groups in order to be considered for an award for that brand group. For example, a bidder interested in the Caterpillar brand must bid on Groups 1, 2, & 3 of Appendix E-1 in order to be considered for award of that brand. GROUP 1: ROUTINE MAINTENANCE SERVICES Item Description Services Cost X Frequency = Annual Cost 1.8.1 Quarterl Maintenance Services' $ 4 $ 1.8.2 Semi-Annual Maintenance Services' $ 2 $ GROUP SUBTOTAL S GROUP 2:HOURLY RATES FOR REPAIRS NOT COVERED BY ROUTINE MAINTENANCE Item Description Est Hours X Hourly Rate = Annual Cast Labor Non-Regular Hours Rate for 2.8.1 Emer•enc Services 20 HOURS $ $ 2.8.2 Labor Rei War Hours Rate for E•ui•ment 80 HOURS $ $ GROUP 2 SUBTOTAL $ GROUP 3:PARTS%MARK-UP Est Amount X Mark-up = Annual Cast 3.B.1 Parts $5,000 % $ GROUP SUBTOTAL $ 'Requires compliance with Section 2-408, Living Wage Requirements, of the City Code. ESTIMATED ANNUAL COST TO THE CITY(ENTER BELOW THE SUM OF SUB-TOTALS FOR GROUPS 1,23) GRAND TOTAL FOR ALL GROUPS(12,3) S 46 APPENDIX E-2 CUMMINS Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 47 APPENDIX E•3 DETROIT DIESEL BRAND (GROUP C) COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety, and fully executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder 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 ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes orany other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form (Appendix E)shall be initialed. Bidders are required to bid on all of the following groups in order to be considered for an award for that brand group. For example, a bidder interested in the Caterpillar brand must bid on Groups 1, 2, &3 of Appendix E•1 in order to be considered for award of that brand. GROUP 1: ROUTINE MAINTENANCE SERVICES Item Description Services Cost X Frequency = Annual Cost 1.C.1 Quarter) Maintenance Services* $ 4 $ 1.C.2 Semi-Annual Maintenance Services* $ 2 $ GROUP I SUBTOTAL $ GROUP 2:HOURLY RATES FOR REPAIRS NOT COVERED BY ROUTINE MAINTENANCE Item Description Est_Hours _X_ Hourly Rate = Annual Cost Labor Non-Regular Hours Rate for 2.C.1 Emer enc Services 20 HOURS $ $ 2.C.2 Labor Resular Hours Rate for Erui*ment 80 HOURS $ $ GROUP SUBTOTAL $ GROUP 3:PARTS%MARK-UP Est.Amount _X Mark-up = Annual Cost 3.C.1 Parts $5,000 % $ GROUP SUBTOTAL $ *Requires compliance with Section 2-40S,Living Wage Requirements,of the City Code. ESTIMATED ANNUAL COST TO THE CITY(ENTER BELOW THE SUM OF SUB-TOTALS FOR GROUPS 1,Z3) GRAND TOTAL FOR ALL GROUPS 112,3) $ 48 APPENDIX E-3 DETROIT DIESEL Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representat[e's Signature: 49 APPENDIX E-4 KOHLER BRAND (GROUP DI COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety, and fully executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder 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 ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E)shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E)shall be initialed. Bidders are required to bid on all of the following groups in order to be considered for an award for that brand group. For example, a bidder interested in the Caterpillar brand must bid on Groups 1, 2, & 3 of Appendix E-1 in order to be considered for award of that brand. GROUP 1: ROUTINE MAINTENANCE SERVICES Item Description ServicesCost _X_ Frequency = AnnualCost 1.D.1 Quarterl Maintenance Services* $ 4 $ 1.D.2 Semi-Annual Maintenance Services' $ 2 $ GROUP I SUBTOTAL S GROUP 2:HOURLY RATES FOR REPAIRS NOT COVERED BY ROUTINE MAINTENANCE Item Description Est.Hours _X Hourly Rate = Annual Cost Labor Non-Regular Hours Rate for 2.D.1 Emer•enc Services 20 HOURS $ $ 2.D.2 Labor Re.Lear Hours Rate for E•ui•rrent 80 HOURS $ $ GROUP SUBTOTAL S GROUP 3:PARTS%MARK-UP Est.Amount _X_ Mark-up = Annual Cost 3.D,1 Parts $5,000 % $ GROUP SUBTOTAL $ `Requires compliance with Section 2-408,Living Wage Requirements,of the City Code. ESTIMATED ANNUAL COST TO THE CITY(ENTER BELOW THE SUM OF SUB-TOTALS FOR GROUPS 1,2,3) GRAND TOTAL FOR ALL GROUPS 11.2,3) $ 50 APPENDIX E-4 KOHLER Bidders Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 51 APPENDIX E-5 KATO LIGHT BRAND (GROUP El COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety, and fully executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder 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 ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E)shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E)shall be initialed. Bidders are required to bid on all of the following groups in order to be considered for an award for that brand group. For example, a bidder interested in the Caterpillar brand must bid on Groups 1, 2, & 3 of Appendix E-1 in order to be considered for award of that brand. GROUP 1: ROUTINE MAINTENANCE SERVICES Item Description Services Cost _X_ Frequency = Annual Cast 1.E1 Quarter) Maintenance Services* $ 4 $ 1.E.2 Semi-Annual Maintenance Services' $ 2 $ GROUP SUBTOTAL S GROUP 2:HOURLY RATES FOR REPAIRS NOT COVERED BY ROUTINE MAINTENANCE Item Description Est.Hours X_ Hourly Rate = Annual Cost Labor Non-Regular Hours Rate for 2.E.1 Emer•enc Services 20 HOURS $ $ 2.E.2 Labor Re.alar Hours Rate for E•ui•ment 80 HOURS $ $ GROUP SUBTOTAL S GROUP 3:PARTS%MARK-UP Est Amount X Mark-up = Annual Cost 3.E.1 Parts $5,000 % $ GROUP SUBTOTAL S *Requires compliance with Section 2-408, Living Wage Requirements,of the City Code. ESTIMATED ANNUAL COST TO THE CITY(ENTER BELOW THE SUM OF SUB-TOTALS FOR GROUPS 1,2,3) GRANO TOTAL FOR ALL GROUPS(123) S 52 APPENDIX E-5 KATO LIGHT Bidder's Affirmation Company: Authorized Representative: Address: telephone: Email: Authorized Representative's Signature: 53 APPENDIX E6 GENERAC BRAND (GROUP 9 COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety, and fully executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder 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 ITS, 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 (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form (Appendix E)shall be initialed. Bidders are required to bid on all of the following groups in order to be considered for an award for that brand group. For example, a bidder interested in the Caterpillar brand must bid on Groups 1, 2, & 3 of Appendix E-1 in order to be considered for award of that brand. GROUP 1: ROUTINE MAINTENANCE SERVICES Rem Description Services Cost X_ Frequency = Annual Cost 1.F.1 Quarterl Maintenance Services' $ 4 $ 1.F.2 Semi-Annual Maintenance Services' $ 2 $ GROUP SUBTOTAL $ GROUP 2:HOURLY RATES FOR REPAIRS NOT COVERED BY ROUTINE MAINTENANCE Item Description Est Hours _X Hourly Rate = Annual Cost Labor Non-Regular Hours Rate for 2.F.1 Emer enc Services 20 HOURS $ $ 2.3.2 Labor Re.ular Hours Rate for E.ui.ment 80 HOURS $ $ GROUP SUBTOTAL $ GROUP 3:PARTS%MARK-UP Est Amount _X Mark-up = Annual Cost 3.F.1 Parts $5,000 % $ GROUP SUBTOTAL Si *Requires compliance with Section 2-408, Living Wage Requirements,of the City Code. ESTIMATED ANNUAL COST TO THE CITY(ENTER BELOW THE SUM OF SUB-TOTALS FOR GROUPS 1,2,3) GRAND TOTAL FOR ALL GROUPS 1123) $ 54 APPENDIX E•6 GENERAC Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 55 APPENDIX E-7 D00SAN BRAND (GROUP G) COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety, and fully executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder 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 ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E)shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Bidders are required to bid on all of the following groups in order to be considered for an award for that brand group. For example, a bidder interested in the Caterpillar brand must bid on Groups 1, 2, 8 3 of Appendix E-1 in order to be considered for award of that brand. GROUP 1: ROUTINE MAINTENANCE SERVICES Item Description Services Cost X Frequency = Annual Cost 1.G.1 Ouarterl Maintenance Services* $ 4 $ 1.G.2 Semi-Annual Maintenance Services* $ 2 $ GROUP I SUBTOTAL $ GROUP 2: HOURLY RATES FOR REPAIRS NOT COVERED BY ROUTINE MAINTENANCE Item Description Est Hours X Hourly Rate = Annual Cost Labor Non-Regular Hours Rate far 2.G.1 Emer.enc Services 20 HOURS $ $ 2.G.2 Labor Re.War Hours Rate for E.ui.ment 80 HOURS $ $ GROUP SUBTOTAL $ GROUP 3:PARTS%MARK-UP Est Amount X_ Mark-up = Annual Cost 3.G.1 Parts $5,000 % $ GROUP SUBTOTAL S 'Requires compliance with Section 2-408, Living Wage Requirements,of the City Code. ESTIMATED ANNUAL COST TO THE CITY(ENTER BELOW THE SUM OF SUB-TOTALS FOR GROUPS 1,2,3) GRAND TOTAL FOR ALL GROUPS(12.3) $ 56 APPENDIX E-7 DOOSAN Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 57 APPENDIX E-8 SPECTRUM BRAND (GROUP HI COST PROPOSAL FORM Failure to submit Appendix E, Cast Proposal Form, in its entirety, and fully executed by the deadline established for the receipt of bids,will result in bid being deemed non-responsive and being rejected. Bidder 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 ITB, inclusive of its terms, conditions, specifications and other requirements stated herein,and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Form (Appendix E) completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Form (Appendix E)shall be initialed. Bidders are required to bid on all of the following groups in order to be considered for an award for that brand group. For example, a bidder interested in the Caterpillar brand must bid on Groups 1, 2, & 3 of Appendix El in order to be considered for award of that brand. GROUP 1: ROUTINE MAINTENANCE SERVICES Item Description Services Cost _X_ Frequency = Annual Cost 1.H.1 Ouarterl Maintenance Service? $ 4 $ 1.H.2 Semi-Annual Maintenance Services' $ 2 $ GROUP I SUBTOTAL S GROUP 2:HOURLY RATES FOR REPAIRS NOT COVERED BY ROUTINE MAINTENANCE Item Description Est Hours _X Hourly Rate = Annual Cost Labor Non-Regular Hours Rate for 2.H.1 Emer'enc Services 20 HOURS $ $ 2.H.2 Labor Re.tiler Hours Rate for E•ui.ment 80 HOURS $ $ GROUP SUBTOTAL $ GROUP3:PARTS%MARK-UP Est Amount X Mark-up = AnnualCost 3.H.1 Parts $5,000 % $ GROUP SUBTOTAL $ *Requires compliance with Section 2-408, Living Wage Requirements,of the City Code. ESTIMATED ANNUAL COST TO THE CITY(ENTER BELOW THE SUM OF SUBTOTALS FOR GROUPS 1,2,3) GRAND TOTAL FOR ALL GROUPS(1.2,31 $ 58 APPENDIX E-8 SPECTRUM Bidders Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 59 APPENDIX F Insurance Requirements 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-017-jC 62 60 . , 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. 61 ATTACHMENT C CONSULTANTS RESPONSE TO THE ( ITB ) Detail by Entity Name Page 1 of 2 noeda 7eoan^ie t orslots .D.,,alo«OF coerc=.>nors • g„'- .70:,,.!1gAiEq ,.-.>://.0.,./.,,,,,,a: p�1, f( r) r .1„ r ` 111f:4i P0.42JJ H,4/s / Jir'e: of Cororsliora /Search Records / Doha EN o,mm,9n1 NumberI • Detail by Entity Name • Florida Profit Corporation ALL POWER GENERATORS CORP Filing Informa:on Document Number P01000077189 FEI/EIN Number 85-1133895 Date Fifed 08/02/2331 Stat_ FL • Status ACT':VP Last Event REINSTATEMENT Event Date FI,Gd 09/3012014 Principal Address 9841 NW 117 WAY . MEDLEY,FL 33178 Changed: 12/04/2312 Malting Address 9941NW117WAY MEDLEY, FL 33178 Changed: 12/04/2012 Reglstared Agent Nene&Address GARCIA,JUAN R 9840 NW 117 WAY MEDLEY, FL 33178 1 Address Changed: 12/12/2007 Officer/Director Detail • Name&Address Title Pio GARCIA, JUAN R 9840 NW 117 WAY i MEDLEY, FL 33173 Title PD GARC A, RICA.RDO Detail by Entity Name Page 2 of 2 8480 SW 32 TERR M'.AMI, FL33155 IAnnual Retorts Report Year Filed Date 2015 04/29/2016 • 2017 ' 04/25/2017 2013 03/12/2018. Document maoes 03/1212QI8 ANNUAL REPORT View Image in PDF lormal 04.1•75/2017/-ANNUA REPORT . Naw Image In PDF formal • 04292016--ANNUAL REPORT View image III PDF farm2l • 0421/2015-ANNUALj.E,OORT1 View image In PCF format 09150/20 14_A EIN$TATEMENT Y image In POP formal ' C9/I 3/20 IS-ANNUAL P.POR' View Image in WDF formal I 33/21/20'2_ANNUAL FEPORT I View Image in PDF formal 03l?9/2011-ANNUAL REPORT View image in PCF formal 0311+./2910_ANNUAL P.SPORT View Image in PDF formai 93/23/2009-ANNUAL REPORT VENN image In PDF rormal 07/l7QC00-ANNUAL REPORT View Image in PDF brmel 12/12/2007.AN NLAL RZPORT New image in PDF formal 911100007- AM NUT..REPORT View Image In POP formal ' 12/122006-ANNUAL R=9ORTI View Image in PDF lama( 0.9/032005-.ANNUAIL_RTPORT View Image in PDFformat I 02124/201)5-ANNIUAL REPORT VINw image in oDFbrmel 1 01/12)2004--ANNUAL REPORT New Image in PDF formal 03/2 -ANNUAL REPOR-I Ne'w Image in PDF formal 05/,22002-ANNUAL REPORT View Image in PDF formal PS/02/2001-Oomeslic Plogi New Image In PDF formal • 1 1 I 1 • i I .APPENDIX E t Q {y)( Revised Cost Proposal • Form -- I • 2018-039-JC { Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Cdtt 5 APPENDIX E REVISED COST PROPOSAL FORM Failure to submit Appendix E,Revised Cost Proposal Form,in its entirety,and fully executed by the deadline established for the receipt of bids,will result in bid being deemed nonresponsive and being rejected. Bidder affirms that the prices stated on the Revised Cost Proposal Form below represents the entire cost of the items in full accordance'with the requirements of this ITB, 'nclusive of its terms, conditions, specio,cations and other requirements stated herein, and that no claim will be made cr 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 Revised Cost Proposal Form (Appendix E)shall be completed mechanically or, if manually, in ink, Revised Cost Proposal Form (Appendix E) completed in pencil • shall be deemed non-responsive.All corrections on the Revised Cost Proposal Form(Appendix E) snail be initialed Bidders are required to bid on all of the following line items and groups in order to be considered for an award. • GROUPIA:ROUTINE MAIMENM10ESERVICES • ' (A) (e) (C) (0) ttem Description Unitof No.of TablCost I Unit Cast . Manure Quantity Generators Asax C=D I - Quarterly �y�`� 1.A4 Maintenance $ VUW Per Visit 2 36 si: Services' Semi-Annual , 1.A.2 Maintenance $ X50150Q)- Per Visit 2 . 36 $ IU9W, Ser'ces• TOTAL GROUP 711 $b2,2(�`, — ' • . , GROUP tB:NONROUTINE MAIRlENANCESERVICES 40 Dem Descplinn lCT ToblCast ..,.._ . .. n . ., unit Uno6canere . . Qany. . .No.aGeneraters -A%ex Labor Mon•Requfar Hours . 1Si Rate for Emergency $ t la,50 Hourly Rate 2 38 $ B100 Services D W Labor Nan-Reqular Hours 1.B.2 Rate for Repairs and/or $ 1 \) 50 Hourly Rate 2 36 $ 8100,' E.ui,ment Installation Labor Regular Hours 1.8.3 Rate for Emergency $ '45,00 Hourly Rate 2 38 $5'400 Services Labor R=qularHours W1 aJ 1.BA Rate for Repairs and/or . $ 9-5 ,00 Hourly Rate 2 36 $5400, Eaulpment'nstallation tOTALGROUPIB saow0.L0 • GROUP 1C:PARfS'A MART(-0P Est.Amount - _X_ Mark-up = Annual Cost 1.C.1 Parts $5,000 • 0 ,ou % $ (o000 TOTALGROUPIC $ •ilii GRANOTOTALGROUP 7(7A+18+it) , $ \ 5 or ,r 6 I "Requires compliance with Section 2-408, Living Wage Requirements, of the City Code. - APPENDIX Bidder's Affirmation,. i Company: &1I Pc:LLB EPR'rQrrI CorP Authorized Representable: an '4 Addreae: qgq I N.16 1, ) V 1,rtl�nCfJ]oof (red E.y Pt 3311P Te ephenet 30c—seg — 0/'J'1 Drell. mFeliciono p all Pcwer ncr4to(S . Corn Authorized Representative's Signature: . t I I II I I '. 1 I I it 1 Page Intentionally Left 3'.ank. e I, I , Exhibit B 1 • 1 9 APPENDIX D "\P `v i Special Conditions 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT , 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 10 6, POOL OF PRE-QUALIFIED CONTRACTORS FOR RENTAL EQUIPMENT AND ADDITIONAL SERVICES. The City may, at 1s sole discretion. establish a pool of quai!fied contracfor;s), from the list of responsive and/or awarded contractors, from which future rental equipment, purchase, delivery and !nsfallabon of new au;pment li and/or additional projects may be solicited. • n ISI APPENDIX "A" Bid Certification , Questionnaire & Requirements Affidavit 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3'd Floor li Mlami Beach, Florida 33139 Solinilanon No Solice8am➢pe., 2018-039JO Furnish, Installation, Maintenance and Repair of Generators Procwement Cantacr Tel l Email: 16 Jason Crouch 1305,673.7000 x 6694 (asoncrouch@miamibeachfl.gov BID CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Bid 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 Bid Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information.io✓ 1n RRM NAME: r\11 power tie' erg orr 'arc NO.OF YEARSINBUSSSINESS: r V errs NO.OF YEARS IN BUSINESS LOCA.LY: t- OTHER NAMES)PROPOSER FAS OPERATED UNDER IN THE LASS'1 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 841 11 W 117 \ J ay CITY: ivied eQy q N `/V , STATE: 1 L ZIP CODE: 65178 TE_EPHONE NO.: 3os- e 6 () -0059 CJ TOLL FREE NO.: J �`y p, p( Vv FAX N'0.: ,SOS- e&B- 21og0 FIRM LOCAL ADDR�E,SIS: qa 4i NAV Ill way CITY: Melllexii . STATE:, L I ZIP CODE: 3311B PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: M1 she 11` Fel I U one ACCOUNT REP TE_EPHONE NO.: or�C [a B S_c1Y'IsgI I lil lJ ACCOUNT REP TOLL FREE NO.: tJLIAJ Cl(J ACCOUNT REP EhIAiL: y� f,� 1101 on al I Power �-`1 I 'ergeneiii1O1, ,ram FEDERAL TAX IDENTiFIGATIION NO.: G S- 1�.131U.AB, q s MllN t i 1,1 '1 it' l JI ram r / The City reserves the right to seek additional information frcm 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 he capacity of the Proposer to perform in accordance with contract requirements. 17 1. Veteran Owned Business.Is Pro oser claiming a vet ran 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 Flodda or United States federal government,as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SCR)directly to the Procurement Contact named herein.No proposal will be considered without receipt, by the City,of the SQR directly from Our&Bradstreet.The cost of the preparation of the SCR shall be the responsibility of the Proposer. The Proposer shall request he SCR report from D&E at: haps:psupplierpodal.dnb.comiwebapplwcslstores!sewletBupplierPortaRstoreld=11596 Proposers are responsible far the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion cf the SQR submittal process, contact Dun &Bradstreet at 800- 424.2495. SUBMITTAL REQUIREMENT: Proposer&rail request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within 2 days of request. 3, ConfEct Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer.director,agent,or'.mnediate family member (spouse, parent, sibling, and chltl) who is also an employee cf the City of Miami Besot Further, all Proposers rrust disclose the name of any City employee who owns, eider directly or indirectly, an interest of ten (10%) percent or more it the LI entity or any cf its affiliates. IA SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling, and child)who is So an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee wa owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any o`its affiliates, J A- 4. -4. "References &Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced insolicitatien. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation,Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- eiormance by are a tic sector agency? • YES NO SUBMITTAL REQUIREMENT: If answer to above is NES.' Proposer shall submit a statement detailing the reasons that led to action(s). • • S. 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 sole;y responsible for ensuring that all • applicable provisions of the City's Campaign Finance Reform laws are compiled with, and shall be subject to any and all sanctions, as prescdbed therein,including disqualification of their Proposals,in the event of such noncompliance. • SUBMITTAL REQUIREMENT: Submit the names of all ind'viduals or entitles (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 rot each individual or entity has contbuted 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. N /A- 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with hs 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 coria cf intefest,lobbying and ethics prevision of the Cltyof 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, 18 Proposer may submit a statement indicating that t will adopt,as required:n the ordinance,the CWtyof Miami Beach Code of Ethics, available at www.miamibeachf.gov/procurementl. 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, es same may be amended from time to time, covered employees shall be paid the required living wage rates listed below 1. Effective January 1, 2018,covered employees mustce paid a living wage rate o'nc less then$11.62 per hoer with healtn care benefits of at least$226 per hour,or a living wage rate of no less than$13.88 per hour wi,Fout health care benefits, 2. Effective January 1,2019,covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1,2020,covered employees must oe paid a living wage rate of no less Inan$11.78 per hour with health care benefits of at least$3.22 per hour,or a Wing wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may,by Resolution of the City Commission ha indexed annualy for inflation using he Consumer Price Index for all Urban Consumers(CPI-L')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 lidng wage rate in any particular year, if it determines it would not be fiscally sound to implement same(n a particular year). Proposers' failure to comply with this provision shall be deemed a materal breach under this proposal,unser which the City may, al 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.miamibeachd.gov/procurement/. • SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. /14\Cac 9. Equal Randle for Employees with Spouses and Employees4vith Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrols during 20 or more • calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005.3494 requires certain contactors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposes, to provide"Equal Benefits" to their employees with domestic partner, as they provide to employees with spouses. The Ordinance applies to all employees of a ' Contractor who worn within the City limits of the City of Miami Beach,Florida;and the Contractors employees located it 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 patters*or to • domestic partners of employees? YES L--1 NO C. Please check all benefits that apply to your answers above and list in the'other"section any additional benefits not already specified. thole:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave',other benefits are provided directly to the spouse or domestic partner,such as medical insurance, BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benet Spouses Domestic Partners • • Health • Sick Leave Family Medical Leave ) Bereavement Leave I 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 tris 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 vrgl be reviewed for consideration by the City Manager, or Ns designee. Approval is not guaranteed and the City Managers decision is final. Further information on the Equal Benefits requirement is available at wwu.r6amibeachfl.qov/orocuremen&scrolaspx?Id=79113. 10. Public Entity Crimes. Section 287.133(2)(a),Florida Statutes,as currently erected 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 19 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 puhlic entity for the construction or repair of a public building or public worn;may not submit proposals, proposals,or reales an 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. 267.017 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,Flodda Statutes,and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not en:er 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 otherMse refusing to deal with a person or entity when such action is based on race, color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi.Pursuant to Resolution 2016-29376, 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 requred, By virtue of executing this affidavit document,Proposer agrees it Is and shall remain in full compliance with Resoluton 201fi-29375, • 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation,unless the proposer certifies in wr'ting that the business has adopted and employs written policies,practices, and standards that are consistent unto the City's Fair Chance Ordinance,set forth in Artide V of Chapter 62 of the City Code("Fair • Chance Ordinance"), and which, among other things, 6) 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) prohib'ts advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, end (Ili) 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 submitral is required at this time.By virtue of executng 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 breath of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional info mation 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 'teethed 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 addenda may result in .rcposal disqualification. Initial to Confirm Initial to Cworm Initial to Confirm Racei pxi Receipt Reclpt Addendum 1 Addendum 6 • Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 • Addendum 8 • Addendum 13 Addendum 4 Addendum • Addendum 14 1 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the'City for the recipient's convenience.Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award,or in failing or refusing to make any award pursuant to such Proposals;or in cancelling awards,or in withdrawing or cancelling this solicitation,elfner before or after issuance I 20 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 solidtation 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,indadng 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 or 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 or,these contents,or on any permitted communications with City officials,shall be at the redpient'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 soilclation who responds hereto fully acknowledges all the provisions of this Disclosure end Disclaimer,is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Proposals submitted to tie 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, cr 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 onty 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 tenns 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 subjed 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. Proposer 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 belie'. 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 cf the other provisions or 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:hat the provisions of this Dsclosure 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. 21 BIDDER CERTIFICATION I hereby certify that: I, as an authorized agent of The Bidder, am submitting the following information as my firm's proposal; Bidder 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; Bidder agrees to be bound to any and all speci`icatlons, terms and conditions contained in 'he 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; Bidder has not divulged, discussed, or compared the proposal with other Bidders and has not colluded with any other Bidder or party to any other proposal; Bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Bid Certification, Questionnaire and Recuirements Affidavit are true and accurate. t Nara of Bidder's ALthcrzi Reoresentative: Title o`Bidders ALNCdZi Repmsenta ve: Juan C roc p(e - Ce; it SIgnatore of Biader'a Authcizec Represertauve: Date: r� 43 (al 201j z.State of FLORIDA ) On this(10 day of A\.10±1S1, 20j3 personally ) appeared before me who I County of 17R,4z ) stated that (s)he is the 'Te.,L S'ir —f,S1 of iI) ib-tee (m ,a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of dlr'ctors and acknowledged said instrument to be its voluntary act and deed.Before r. — — - - — — — Notary P be for Me Stet- garrs�rA s ----;M ANA 2 MEDIA ' s Notary Public•Stat e of Florida I s Commission#GG 005909 '* dJ MY Comm.Expires Jun 27.2020 t Cr"m,.•" Bonded through Nallanal Notary Assn. ei"TL--. s„ - - - • II • 22 ALL P 4 WER GENERATORS CORP. • WE SERVICE ALL BRANDS OF GENERATORS 6. City of Miami Gardens 2009 - Present • 1020 N.W. 163rd Dr. Primary Contractor • Miami, FL 33169 Maintenance & Repair of Generators T&: 305-474-1488 Mr. Daniel Perez Daniel.perez©mgpdfl.org 7. City Of Miramar Public Works 2005 - Present 2600 S.W. 66 Terrace Primary Contractor Miramar, FL 33023 Maintenance & Repairs of Generators 954-806-4140 Jeffrey Pinter jppinter(Wmiramarfl qov 8. County Of Monroe 2005 - Present 3583 So. Roosevelt Blvd. Primary Contractor • Key West, FL 33040 Maintenance & Repairs of Generators Tel: 305-747-0619 Craig Smith Smith-cra ig(cD mon roecou nty-fl.gov 9. Miami Dade Fire Rescue Dept. 2003 - Present • 9300 N.W. 41st Street Primary Contractor Miami, FL 33178 Maintenance & Repair Of Generators Tel: 786-331-4513 Alberto M. Aleman albertoaleman(o7miamidade.gov Additional References upon Request Nahid Zehtabi 07/20/2018 9841 N.W. 117 WAY • MEDLEY, FLORIDA 33178 • TEL: (305) 888-0059 • FAX: (305) 888-2090 www.allpowergenerators.com ALL P 4 WER GENERATORS CORP. • WE SERVICE ALL BRANDS OF GENERATORS CURRENT CONTRACTS 1. City of Miami Beach 2003 - Present 1245 Michigan Avenue Primary Contractor M;ami Beach, FL 33139 Maintenance & Repairs of Generators Tel: 305-673-7000 Mr. Adrian Morales adrianmorales@miamibeachfl.gov • • 2. Florida's Department of Transportation 2006 — Present 1000 NW 111`" Avenue Suite 61110 Primary Contractor Miami, FL 33172 Maintenance & Repairs of Generators • Tel: 305-470-5272 Mr. Douglas Arnold Doug las.Am old�dot.state.fl.us • 3. Burger King Corp. 2003-Present • • • 5505 Blue Lagoon Drive Primary Contractor '.. Miami, FL 33126 Maintenance & Repairs of Generators Tel: 786-256-2847 Mr. Jesus Rato 4. Telemundo Studios 2003 - Present 7355 N.W. 41 Street Primary Contractor Doral, FL 33166 Maintenance & Repairs of Generators • • Tel; 305-505-3654 Mr. Luis Quintana • 5. Broward Aviation Dept. 2005- Present 3452 S.W. 2nd Avenue Primary Contractor Fort Lauderdale FL, 33315 Maintenance & Repairs of Generators Tel: 1-954-465-7634 Mr. Al Nunez alnunez(albroward.orq 9841 N.W. 117 WAY • MEDLEY, FLORIDA 33178• TEL: (305) 888-0059 • FAX: (305)888-2090 www.all powergenerato rs.corn ALL P WER GENERATORS CORP. WE SERVICE ALL BRANDS OF GENERATORS August 06, 2018 City Of Miami Beach Procurement Department. 1755 Meridian Avenue 3r°Floor Miami Beach,FL 33139 Re: 2018-039-7C-Furnish,Delivery,Installation, Maintenance and Repair of Generators We do not use any subcontractor for preventive maintenance or repairs on generators Yours Truly All Power Generators Corp • Jn Garcia Piesident 9841 N.W. 117 WAY • MEDLEY, FLORIDA 33178 •TEL: (305) 888-0059 • FAX: (305) 888-2090 www.allpowergenerators.com ALL P WEIR GENERATORS CORP. WE SERVICE ALL BRANDS OF GENERATORS August 06,2018 City Of Miami Beach 1755 Meridian Avenue 3`°Floor Miami Beach,FL 33139 - RE: 2018-039-JC-Furnish, Delivery, Installation,Maintenance and Repair of Generators All Power Generators Corp. has a Preventive Maintenance plan complete with inspections which will be performed by certified and trained technicians. Our plan is designed to enhance the performance and reliability of your stand-by or prime power Generator Systems. Our maintenance plan is designed to perform necessary Preventive Maintenance services and therefore • minimize the likelihood of failure or malfunction. Our checklist consists of checking the lubricating system, fuel system, fuel monitoring program, cooling system,air system,exhaust system, electrical system, engine safety controls,check transfer switch. We will adjust Voltage Regulators or RPM if necessary. If repairs are necessary,our team will provide you with a quote and complete repair once approved. Our Staff is ready 24/7 to handle your emergency calls and properly assign a Technician to your troubled site. We carry 8 Fully equipped trucks with parts, batteries,etc.,2 trucks with cranes, 2 load banks, battery testers, forklifts,and have a warehouse with all equipment and parts needed for repairs. Mr. Juan Garcia with 31 Years' experience,Mr. Carlo Garcia with 18 years' experience and Naury Toirac with 10 years' experience,will be assigned to this contract. We can assure you we have the necessary experience and skills to comply with the specifications of this bid. Yours Truly, 17. Juan Garcia Pyesident 9841 N.W. 117 WAY • MEDLEY, FLORIDA 33178 •TEL: (305) 888-0059 • FAX: (305) 888.2090 www.allpowergenerators.com MIAMIB. ACH City of Miami Beach, 1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.mlamiaeachfl.gov • PROCUREMENT DEPARTMENT Tel: 305.57347490. ADDENDUM NO. 3 INVITATION TO BID (ITB) 2018-039-JC FURNISH, DELIVERY, INSTALLATION, MAINTENANCE AND REPAIR OF 1, GENERATORS July 30, 2018 This Addendum to the above-referenced ITB is being issued to provide clarifications and ' 1. revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISED MINIMUM ELIGIBILITY REQUIREMENTS. The following revisions have been made to the ITS, Section Cl of Appendix C. 1. Bidder must previde possess a valid State of Florida Electrical Contractor License at the fine of bid submission manufxturor's !attar andlor rsellla's cortifbctc, indicating-that-the Blddcr is or authorizcd xib. ond'or distributor of tho cpedfic gcnera'.or brond(3) far wArgil a bid 'e submitted. II. REVISED SECTION 0300, BID SUBMITTAL INSTRUCTIONS, TAB 3. The following revisions have been made to the ITB, Section C1 of Appendix C. • TAB 3 — Submit a valid State of Florida Electrical Contractor License 44 .-r-2 - - '- _ - - - -- -- = in accordance with pas the Minimum Requirements of the ITB for each brand far which .. bid is submit . In. REVISED SECTION 3.7, Furnish, Delivery and Installation of New Generators, The following revisions have been made to the ITB. • Upon request by the City, the contractor shall furnish, deliver and install engine generator unit(s) to the specified City of Miami Beach destination. ,nctallatlon shall be no additional cast. All freight charges shall be paid by the contractor.. IV. NEW ATTACHMENT REPLACING PREVIOUS COST PROPOSAL FORM. The 1•, following attachments have been added to the ITS, and incorporated as requirements to the ITB. Exhibit A: Appendix E, Revised Cost Proposal Form Exhibit B: Appendix D, Special Conditions FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITH THE BID MAY RESULT IN :IU BEING DEEMED NOT RESPONSIVE MD NOT BEING FURTHER CONSIDERED. 1 • V. ANSWERS TO QUESTIONS RECEIVED. Qi: Section 3.5 indicates we are to change oil, oil filters,fuel filters and do a 4 hour load bank every quarter. Please confirm this Is correct? Al: Please provide pricing based on this scope of work requirement. The actual '.. services required may change under the direction of Property Management Director, or designee, at the time actual service is requested. Q2: Are any units over 50' away from the closest point to park our service trucks? If so please Indicate which sites are over 50' and any special conditions (Le. in a basement, on a roof top, etc.)? A2: Unknown at this time. Any questlons 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 RafaelGranadoC<Omlemlbeachfl.gov. Procurement Contact Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrauchemlamibeachfl.gov I ! • • • • • 2 RICK SCOT GOVERNOR, KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING 3OARD ''{' 0 EC1300I706 ADDITIONAL BUSINESS Q6'ALIriCATIDN The EIE IR,CAL CONTRACTOR Named beim iS CERTIFIED Under the provisions of Chapter 439 FS. _ 9 Expiration date: AUG 31, 2018 • RODRIGUEZ, S V OSA "R C' ALL POWER G N RATORS CORP 1 A .c F 9841 NW 117TF v 4 MEDLEY FL 33178 & "LtC0 fig Issued: I.I0212:'6 DISPLAYAS REQUIRED BY LAW SEca L1610020000716 • • baesaB • t - • Kcallusigs rna4Re egpci o Miami-Dad Count/, State of Florida: —THISIS NOT BILL— NOT PAY , • ' c ' 504 037 • ---SEISINE5 NAMFLO ATrO131 ,13.... RECEIPTNO EXPIRES". ALL POWER GENERATORS CORE RENEWAL SEPTEMBER 3© 201 9041 NW 117 WAY 6917802 Must be displayed at place of'busl=ass MEDLEY FL 33178 Ebrsuant to County Cods Cheats,'BA—Art.e&IC OWNER S=O TYPE OF SuSONESS PAYMENT PECEIVEn • ALL POWER GENERATORS LCR? '95 F ECTPICAL CONTRACTOR BY TAX COLL=CToe !-0.3004313 SEE GC.o9{3.ondia. _ ._ •�. ..__. –. - ' — ECHECfC14801006C9 ,d.� This Local Business?axReceipt only versa payment of the Local BecirlessTax The Receipt Isnot a license, a or a regfroatlens,to dubusiness.laHolds:mnslcomplywiNanygovernmenml ! n9 ent 1 9 at yl f 9 f which apply la thebusiness. A EIPi VC h ILb_li pl /e Al If h( M' ml—Dade Code Sec Ba 2)5. ti ji,,1 F re.nmr t n.v.buwv.ma, d /t Jeo.or • L 004529 [w©Cali j L�W:eUi TiaSS Tax x Re cc lel ®3 • �e, �.'dFt l._i iMiamiDad County, State of Forida —THIS INOTA BIL—DO NOT.PAY Ca .4'_ 4910247 L� �? ' EWE:NEBO NAME/LOCATIONRWEIPT NO. IEXPI. i.Esl' ALL GENERATORS CORP RENEWAL Suit('? R 30, 210.2 • 9741 NW 117 5123869• Must be displayed at place of business MEDLEY FL 3317333170 Pursuant to County Code Chapter BA—Arts&10 OWNER SW.TYPE OF BUSINESS PAYMENT WCE.VEO ALL POWER GENERATORS CORP 213 SERVICE BUSINESS EY TAX cosBECTOR Empl r.YE. [q - — -CHECK-I3-000608 ' N,1 a Coniraater Receipt Leis Local eminass Tam Receipt only minims payment of the Local Sushisss Tax.The A eceipt is col a license, a du s.Haider oa m iqualifications,ml regaIetoq Iowa and requirementswhich applytoNa business. N ,,. gevemmaeamply w. any 3evarnmental rTheBECEEP:ND.•aboveamust be dispeyeich elI commercial Sic] —Mlaml—Dade Code Sac Aa-273. For more informailon.sisit BYER miamidade. ovllaxonlleemr � State of Fio11da Departrn rt of Agrtcttr end C DV93Un°( Services Teri G, Consumer O „ me Number:a 37'44 Buread of Liciiefied Petroleum Gas Inspection Expiration Dat A9 u af 3 1,2015 (850) 521-1800 Data Cfs naptenbe:l,2o P License : $200.20 PNYETallahassee, Florida Type and Class: ODS COSPIST CUOSYUgiefed PetroReum Gas UcefSe LP GAS NSTALLER GOOD FOR ONE LOCATION ONLY • ANY CHANGE OF OWNERSHIP OR SALENOF THIS EUSINESS RENDERS THIS LICENSE Thls EDense is Issued under authority of Section 527.32,Florida Statutes,to: ALL POWER GENERATORS, CORP AonM� T1 ,�•.• 9841 NW 117t1-1 WAY AAirH.PUTNA OF AGRICULTURE MEDLEY, FL 33178-1015 • • 1 • • • • Csfliere .—__ 1 • ; x. lStatof Forida, h�� N D p.Mmert ®a Arricifitur aid C c s umer Srvacss yk ' 0 Dvsop or Consumer Sendoes fierate No: 13661� ti49? ✓� Bureau of Compliance e< Date: April z z,2013rm (350) 9211600 Issue Data: November 4,2015 • Tallahassee, Florida Gplratlon Date: Covent er3,26'3 Gram: 0303 ' S.7R UALLM:J-9P CER 1�9WJC J E This CeCirlcate is issued under actnority of Section 527.02, Forida Statutes,to: Valid For o License Number 20522 ALL POWER GENERATDRS,CORP ��a,y:-a,_W„,,, ALL 0J41 NW 11771-1 WAY ACAM H.P'JTNr(M MEDLEY, FL 33178-1015 COMMISSIONER OF AGRICULTURE • • • • • • • • • • 2018 details-Business Tax Account ALL PO ER GENERATORS CORP-TaxSys-Br... Page 1 of 2 COUNTY ll.;-y r. ____.j ATTENTIONTAXPAYERS:Please be advised of Da NON-REFUNDABLE processing lees for an online Gadd or ' debit cacti transactions.Cmdit and Debit card tansecfons will be shaystl 1 &%of the NII payment amount t 1.96 minimum tee).You wwin be shown and asked I0 approve'be amount of any convenience lee before compie nd your payment and Meek-out process.Tbersls NO FEE or making payment ay We eChefl payment ' - Mote to Taxpayers: The December list payment dead'ine to receive a 3% discount included it your bill,is extended due to December 31st weekend& January 1st government holiday. This website will automatically extend the deadline for December payments trough Tuesday,January 2nd(until m!dnigdt, EST for online payments). • • For taxpayers mailing a December amount payment,your envelop=_must be postmarked no later than January 2nd,2013 to be processed as a December payment • For taxpayers making payment at our office or a Wells Fargo bark: payments • made on January 2nd,2018 will be accepted for the December amount due,as shown on your tax bill. • • 2018 Detaris—Business Tax Account ALL PCWE.R GENERATORS CORP .,I Business raxgcc>unl'435802 :uca E.Ao>m entails 2718 I 2017 2016 2915 ... 2007 Pak Paid Paid Paid Paid Ac:Oun[number- 33801 Mailing address: JUAN R GARCIA:FRES Business start dale: 9840 NW ti]WAY 11]/9a2r92 MEDLEY,FL 33 179 • • .Ppyslce I bus'mas to cation: MIAMI OADE COUNTY Own ads) JUAN R GARCIA/ORES 9040 NW 117 WAY MEDLEY,FL 33179 Business address; ALL POWER GENERATORS CORP 9841 NW 117 WAY • MEDLEY,FL 33178 Print exemption appllcatvn(POP) Receipts And Cecupations I Receipt 32332649 • SERVICE 10101/201 7-09/30/2913 Units:4 Return lo Searoi ALL OTHERS 3. II h--- 1 • Account history--Business Tex Account ALL POWER GENERATORS CORP -TaxSys .. Page i of 2 ---_ ry.z A73IJriON TAXPAYERS,Pease oo mvaed of the NON-REFUNDABLE processing lees far all online credl:or debit card transactions.Credit and Debit cam vanaactlooa sill ee:hanged 2.55%of the Nu patron[amount i$1.96 minimum feat.You wwill he shown and asked to approve the amount oIany convenience Pee before complatIng your payment enc check-oat process.Then Is NO FEE ror making payment by the eCM1xk payment opuon. • Note to Taxpayers: The December 31st payment deadline to receive a 3% discount included in your bill,is enndad due to December 31st weekend 8 January 1st Government holiday. This website will automatically extend the deadline for December payments through Tuesday,January 2nd(until midnight, EST for online payments). For taxpayers mailing a December amount payment,your envelope m ost be postmarked no later than January 2nd,2018 to be processed as a December payment. For taxpayers making payment at our office or a Wells Fargo bank: payments made on January 2nd,2018 will he accepted for the December amount due,as shown on your tax bill. Account History—Business Tax Account ALL POWER GENERATORS CORP innEsmilitihnPeoe Business Tax Account 0,155o2 EAcount details LAccount history • Receipt 329-32649 • 2013 SERVICE 10ro1/2017-09/30)2018 Units:4 Paid:10/02/2017 F13.00 ALL OTHERS Receip6W1C-17-00000009 2017 SERVICE. 19/0IIDIG09AC/2017 Units4 Pala:00/1112018$33.0 0 ALL OTHERS Rzceipt4lCP-15A001Bfi 50 I 2018 SERVICE 10101/2015-09/30/2015cec16 Units;q ReIpt520t503020 ALLL OTHERS Receipt 41 CP-14-00029435 • 2)15 SERVICE 10/01/20 10-49602015 Units:4 Paid:0922/2014$3100 • ALL OTHERS R.ce1p6:1CP.13-00020642 2014 SERVICE 10/01/2013-00/30/2014 Unns:4 Paid;OSd 2/2013533.00 ALL OTHERS Receiplp04B-12-00000076 2013 SERVICE 10/01/2012-09/30(22 13 Units:4 Paid:08/09/2012$33,00 ALL OTHER) Receipt tl05A-11-00010993 2012 SERVICE 10,/01)2011-09308012 Units:4 Paid:02/27/2011 530.00 ALL OTHERS RacelatCW/W.I0-5Ce6133 2111 SERVICE 10/21/2010-00132/2011 UnitC4 Pa'd:07114/20111333_00 • ALL OTHERS Ranalpt.529-0OL0006972 2010 SERVICE 1021/2009-09/30/2010 urns:4 Paid:011/191.2009$33.00 ALL OTHERS Receipt#2009-2713479 2009 SERVICE 10101/2006-09/a0/2009 Units:4 Pall 09/29/2009$3390 ALL OTHERS Receipt 22007-3707334 2018 Florida Annual Reseda Certificate for Saes Taxs R 10/17 DR-13 • 3 T iS CERTlFVCATE EXPIRES ON DECEMBER 31, 2018 • Business Name and Location Address Ceeificate Number 23-8012748740-3 ALL POWER GENERATORS CORP 9841 NW 117TH WAY MEDLEY, FL 3317E-1015 By extending this cemificate or the certfhcate number to a soiling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above cert ices that the taxable property or services purchased or rented wi.l be resod or re-rented for one cr more of the following purposes: 0 Resale as tangible personal property. ▪ Re-rental as tangible personal property. • Resale of services. • Re-rental as commercial real property. • Incorporation into tangible personal property being repaired. • Re-rental as transient rental property. • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing. • Your Florida Annual Resale Certificate for Sales Tax(Annual Resale Certificate) allows you or your representatives to buy or rent property or services tax exempt when the property or service is resold or re-rented. You may not use your Annual Resale Certificate to make tax-exempt purchases or rentals of property or services that will be used by your business or for personal purposes. Florida law provides for criminal and civil penalties for fraudulent use of an Annual Resale Certificate. As a seller, you must document each tax-exempt sale for resale using one of three methods. Ycu can use a different method each time you make a tax-exempt sale for resale. 1. Obtain a copy(paper or electronic) of your customer's current Annual Resa:e Certificate. 2. For each sale,obtain a transaction authorization number using your customers Annual Resale Certificate number. 3. Each calendar year, obtain annual vendor authorization numbers for your regular customers using • their Annual Resale Certificate numbers. ' Phone: 877-357-3725 and enter your customer's Annual Resale Certificate number • Online: Visit www.floridarevenue.com, select "Businesses and Employers:' and then "Verify Resa'.e and Exemption Certificates" Mobile App:AAvailable for Phone, iPad, Android devices, and Windows phones I I Form Cl1fJ E R o Request forTaxpayer IGlva roan to Phe partofthee 4stiry I gid2PV$VfOCi3t270N Number and CendfIcatgon requester,Do not I9 m s -ca I send to the IRS. Name(as ho your income tax N ,).N0 is required on this line:do rot!cave rhis me blank. ALL POWER GENERATORS CORP 2 Business name/disregarded entity same,if different 4om aoove co 5,5 S Check appropriate box for federal tax classification:check ony one orthe I ollowirg seven boxes, 4 Exemptions ❑s 1g e- n ua ta• 177 o p soon ❑a Corporation 0 n m m (� SPRY erry n 0 p ❑Tvstleststa cut tin t dlviduals see • p rFt thetax 'net p37 Zip limited ' b11fclassification;CC 5.8 co1 o Note.For a slag/ b the that delm ebcxrahI1p Exempt. / code,d N the For teen of the single-member disregarded,do not Jieak:.c Deck ha apcnPnata bcxm the eros above for IExwnpton rrom.A,.,A reocmmg • •n I ❑Other(see instvmticns'> was IC fl s Aoacsa(number,fir et,and apo orseltana) l Amos 0+rnva:oneli aside me use °� I9841 NW 117 WAY Requesters name and address ioproneq L.' 9 city,state,and EY code e ! rMEDLEY,FL. 33173 I7 List account number(here(opt oral, • SSR 3i Taxpayer Identification Plumber(TIN) Enter your TIN in the appropriate box,The YIN provided must match tne na given on line 1 to avoid 1 Ecniei secures number backup whh i ptl oror individuals,thisis generally your socials security number(SSvl However, ora res,dent alien, ofe 17A1 oher entitlr pitgse your empe/ identification number[GIN).If you donot egarded entity,see Ire hart I have e Instructions HOW toI gget3. sicim _ Note the account is In more than one name,seethe Instructions for Poe l and the chart on page 4 for 1 Employer identification number guide Ines on whose number to enter, I 6 5 - 1 1 3 0 18 19 5 • I7 Vii119 Certification j Under penalties of perjury,I certify that 1. The number shown on this form le my correct taxpayer Identification number(or l am waiting for a number to be Issued to me) and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)i have not bean notified by the internal Revenue Service(IRS)that I am subey,to backup withholding as a result of a failure to raper all interest or dividends,or(C)the IRS has notified me that I em na longer subject to backup Withholding;and 3. i am a U.S.citizen or other U,S.person(defined below);and 4.The FATCA code(s)entered on this form('f any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,Item 2 does not apply.For mortgage interest paid,acquisition cr abandonment of secured property,cancellation of debt,contributions to an Individual retirement arrangement(IRA),and generally,payments other than infest and dividends,you ars not required to sign the cerlficatlon,but you must provide your correct TIN.Seethe instructionsgeneraon page 3. n _ Ian I Signature of �� '' I 1 here u.s.parser (\ Th4(�1 Ir�OW. • General Instructions •Form oaear II JJ 1099(hwne mortgage iperest),109R-E'SNtlanl loan Imeresll,1099-T Section refarences are to the internal Revenue Code unless CMenvlse noted. ItUlllcnf Future developments.In turn-aCon about developments affecting Form Wry(sucM1 rm l99nceled sable as legisiatlon sneoted after we release It)is at www.irsgoglw9. ortn'W9-A(acquisition or abandonment of seemed properly) Purpose of Form Use Fenn w-9 any it you re a U.S.person provide your tEN g ymngresidentel@nL to An tlCal or entity Form W9requester) b required to file information ll you do notut Form AP9 to Ut return web TIN,pnagwith the IRS must obtainrtaxpayertl to bFItio tobackup thh fir g Mar is backup lAn Itl g. page 2. ht be biso cation num nhl which y beyour security o (35NJindividualtaxpayer IlfBy gnlrg thefiled-cuttm,yob OMB). t taxpayer'a it tl b (ATI� ttCertify that tF TIN yolare giving. correct(or you waking for a numberie. n inb E1N toIt .' r (cn returntheepc paid l b Issued), you,or Famount p Y b' aninformation turn Examples of nfortrefcnreturn include, but are not limited to the following: •Form 1099-INT(interest earned or 2.Certify that you are not subject to backup withholding,ouare a or path 3.Claim exeyou areion from backupatas withholding if you a LS ratocmemo( Porm 1099-0IV(dividends,Including those from steccs or mutual funds) applica9e,you a6ocede . PayaeK Form• 1099.1115c(various:meafa U.that as a U.S.U.5person,your allocable share of • ( 1 or nmme,prizes,awards,or gross proceeds) any partnership income from a U.S.trade or business le not subject to the •Form 1099-B slack or mutual fur cares and candle other transactionswithholding4 CerCertify that on foreign partners' adohare thf is fang effectively connected Thome,and ars) by e ertfy Nat FATCA code(s)Briefed on ,Seem elf anal Indicating that you are •Form 1099-S(proceeds Irom:eel estate transactions) exempt from the=ATCA rsportin9,is cahoot See Mier Is FATCA reporting?on Form• 1099-K(merchant cart t yd r page 21or further Information. and party network transactions} • cat No.t 3231% Form V/-9(Rev.12'2014) 2;ot, 55 2992 TO 70738.92047 E22/217 _J! L 11 III i( rl i I I' ! 3k Il d II 6 I. �R" F Gi.N I k1 G IY'asrrTxr t? 9. 0 . 7 11, ,4 -J..R (_ 1 2 Z. ii i[iji ', 9 '1 Ii I1 Jr� ` JI . Hi c ?r , tt E1 — I —1 E114 I 11 11-O „ �Ly9 1=1 7, L-1 eJ51, JLC I I U) ) I 5� 11 ,b.-ii r1 AFI c_., . a In te=a W ) I II . 7 „ m illi -=. \ � e '..) 7 11.111 10 Ij 'I :' ' 1 I Com' \,'" �1 ± c M VII t ') n� ' " / - a (::7;:iii 01CL ~ � `l II(gig): IP o \••••4 Cei Lk" ' 0 ••••\ m ,ii a a �= a ,��,. IN �;r;"I, Ag! I . gl „ter 41 Az Lc, a a \ 's '''\'. 4'‘' 1 i7,,,,.:,,,, ft,,,,,:.,, ,, „2„.1, ^ , E , , U) i iet v - r V ) ,` II �_� ,, , GO. IA \ O Lam/ - �� l i / ��VE� V/ a �mV,,,r; „ e! a e It g7�alf1a7x f e Jjr�'ur ,! ,,,Cl �lCP{3a)117 4{L ! a a. �iaa 1t! ! a��lri� r{. 0!t:1/4.0q4i� i /i � yyyy4i!!� i IZe r ��aV 1ige4W � l A0g0 is ! (� �' !!lrii raivaa4!! , V / V✓^a4 -M, (/(f a�l4 !I Fr k t(I{✓ 44 � �/ !n1' r'I 1� Ja ! I 4a 4! I! i�'{` I ¢ aka Yl VE aaan a� I r. aA� VJ FY° yy! r a4F Y P v ° V)� 11:7:!:41 .f>d a �' , hf D �1 rr i l`r�""+ra IAa a13/1aJ trii, 1 + x h 1A ✓ir as � d�yi k ar Jl•3 _ !'�� ��3,. iY v piabr �1af�lpl38 l @. ^r�."c — I ,�J , r��CN Urilijit f i A e - 0 1 ,1 /.�} .f m �I - 3JJ U l+� y% 5, F yJ S. ., ILI O - ' ,, �-.' "''I \talf,,N1-gi NV 7'v "�` ���. °� ori of i �, m O IF..,4„,,--..„,F, EEozTl /. 5' -' !- . - rte' - 4Ss^) c<guLr- ic0ii--iC,24r, 'tsMi C mo * Y .i� rIr.c X525 0 N U ,l1) U �Jd! ° h� 'zifalE: LI LJ F H 1� J ��7 f . 'L, l� <4�'� Z CZ 0 '2 U _ � t -F �j� L'� � jiJ/�I E I�� �' .9 C�1 .. , ri- t. 1 t Q .. E 8 a ""ti ! ® U 141. iL eJ �v r 2 ci \ r te» �; _= c �_ J ! E _ ( 1 t= J 'u E �. . --;,f.„:1,„,-, „„fin. fr v � €e I� E o ' , mo ,.__,,,,e •r-20..- ') o ; ' . c N �i C Vii,Aa2I � (II 0) 0 I `` a L r ' Errjt$ - m -.l aE ' - h\\ Y�Vt Ntemtrii iriaaa� fivt : �� i'i " ,�.\ = , ✓ a �t t r v-409,, f & j Ywt ( 4 � i y �s ( 7 ^ s1 a . V a r 0, , k g MaaQ r i,, 0 � hr , - y,aa- ,eao1 lditN� j,,k,„` iVl1, • l4L'1w ! t ,10 ,,, �' ) � / t 0) ,,- � i! p ; G ihlrlY.r15Q !i � ia iil \ t ) ni t! kr! , 1 14)). >< q ,a 1 i . (V'1.1:.''.:,62::-. ! TN,i'. � ) ' M �%m ! k �` -c--- Isae J 51y Li a i r . / k ' rY, S,�) �,',( i+ U v xY1 -- � i) t."#...... :Oh S'" ,l'ql,� ��, .h. "�V II "P ' (# ,',`) ami S izrzi bU l rl 3_ �r 1 R to U a' w 7 r"'� G N �' iS` tj-.. r IIvt0 N MS • ffo m ° ifi � .c ?� 0-4C U 2 `D f2i ' $mii _ `as 2s'zi,'. •44, ' 1 v as_1 Y t • Pel' O t v.• N (•- } :.) ~ .a Tam- 7C )1 ® l �, m9 c el.eTa 4 I fa' ': .. o t/n10 l O N CQ f 7 ff Cid A 0 n N o y -:d y -- �' � E-1-7,- :: :: :.:„ 1) � Et _ ,FAO- -1'y ti`' L'X': � N rn 7 Ir Uzi algia ( � � ' ' . }' � Y � /' �"^ )lI IAP 91 m µ'� +r" "{ � r ki0'i" I) 4� fll '0 V, i�1 �(_ iiflr I� ��ir fiA .'vH' m -.i ,. rr;C,1.&1/4L )2 ' ,y a it et‘0'. • r tIrJ`.:14. '1 P�i� , . �7v7 Icy b„` � I,7 Y v : rte, 'lz; otobt 4O • Wtq 1 / \Pa �tir " acok Iilat1 a11r0h c� l) 7` 1N �a � ii � i. yr <�� Ar hl( �CC� , { aelF tpri FPlx/.�i/ . hg/ N< tk �' J/ a . H // $� /.✓< ya ftio 0` ` at tr/; ) �h3c ± � I � ..aO! � lor y J \f M ,� k . ti . 1 PPP • ti ' V YAJ'VI-1OWL) � _ o fr/ y ` s N o-:G 'y ryry�S"" m)J br.A 4. , tsqur.„,. 4 t Ji@s5cvL li ‘mo 1 tq.f <Ptltea '� U h pt C v . .O.0)ProaaroartaOo.al— CZ f � `j]F f� 0 c� �`�i� Nom ,. At r. <� 0 3f� .;▪ � �-T l= ICV -� m i J.-1 LO to r s>�ab F S� Here, 8lorri EtasCtd ` .20 AJ Power Generat rs Corp. Attl M5c etle Feliciano This is to confirm the folicwing All Peeler GslarS r3 Corp,p*rscrunal havefald'nperience with Thomson T elmalogy Transfer Swirohes and are auth &!d id peifar i CamaJssicging&Serviw procecl s. ARNA DO IG'EaJA RfCARGO 2ARC!A CARLO CAP,O3?. 0 JUAN GAR= Regards Thomson Technic ; I\arn Schmidt Director of Engineering S-vitas 1 ,47 l k,,,,,,,%.,,, V(1.<- �.. ? �l Y'� ilY --", -1,/,---- / � *INI 0 / Yhl ! *+i a I ifolh � � I�r,�v , � ill 1 1711- `I L R. / c:; • tl, / lid s ', Hi rC-'1.17.1A. FPI v p �I I u rk., Y`�Y icfr- ic , PC P ti = ar 1cY ,� .� P _. � li at, \\a a �J r \ (� II) e G .a) A '`n " Fin l `� n :A v Y rl ��[6 � � i 4Iy i� Y IJ d A A Z �\r� ��� wx=1 \JI l ... m l oIfli Ir a Gr e �) / a , a !;iffy' Tui _ . �` .4% Q. Alli tz titv (,/ ° ,'f LL���� � r Ali --...11p):.-el' F Ill'‘ '/ A11/ OJrQ C \Jia rIJ^� /t AA C�-✓i �\���d � � Ai A6 i • 41.. Lb •.i:,,,9 C tr31 3$Thf Or • I 3 r .r----------r----i%Th, , ; i I 1 1 , 1 . g 7_.?"•11 , ! ,,_ n , .---.-----Th__..). 2 .€ •••••,,i 3ei ig,. .-.2.--•--- i tb,,,V•t [ • % i‘..tz 1%-._. i ) ‘ F.• Cr2 Ala. . 4 -2--33.3 g33 3( 3: ;33',2' ----m•-r-T,57:.-_-7-3.- m-'n ' e 0 i — .--.--,_ - ,,,.. C3.4'. V4Z:Lt. • 1 t fl3.-tt-...3.1.133-S3-33t,' ),.49"33"33-3- 34 .'r. '.3.LttRat:3.- 3- .t z a I .....„.„.„_,_,_ .:.„.„ ...,,,I. g...„,. ... P' '33 . ...... P ..3.,. 3 3-'33 elkt'thf. CL-Cel-C't { . 1 ; g tZi % , ‘ . % Sbf•cd... --1 % % 1 1 ti .. , ,1 I -g 4 c re C-L:S* i .. 4. q?•,-- t ii-le-L4 vital ;_EITZE 'TEmEarviii EEmErE "`2'x 7,marln-irm-swift J[ a L GOVERNMENT ({iii C TH ; BRITISHVERMIN ISLANDS [. e 1 Depa tr ono of Educatno & Culture w ; � frotl FE (int ggg Ev E Y This �n ip o C ip !fyJ gyp i • g Eli i t. '; _�- • that Khari Damani Herbert of the E British Virgin Islands High School al if ._ has completed successfully the prescribed courses in E the subjects recorded on this Certificate. C' Il K Level B Passes �zLl, • Electricity Credit E.9 Social Studies Credit f2 Technical to CeScieniPass — Mathematics Pass Eil English Language Pass English Literature Pass a ra 5 Seven Subjects Recorded raj r J . . MI el t . . ; all • C4SC:. C I T. DATE June 27, 1991 1/2 414-71-1-2t q e Mr AL felf it' - 1.--LkS kl 1 CERTIFICATE,NO ED9112267 (:e:ovcr1:ag CHIEF EDUCA ION OFFICER L�l Er2— -5 rEl-C rairu d irmmm-c2-E RTTJC��S3_Cr L�'Er . 1M. This is to certify that 1210,-62.14. has successfully completed a training course in the maintenance and operation of ©LNPI/Ar" Generating Sets and Electrical Control Equipment and has achieved the Necessary standard of competence as evaluated by the OLYMP@ArM POWER SYSTEMS Training Department pate 8 - 6-99 Ij II II _I , tfleS Li 14 nn a A r- 4,005 ;-• e4. e1J T+ 4 v: 16111611111111 c am,,,s. 4 W an 7.4 .- . 1,v; r t /-1 4 )4 dA4 I 1-• , 4 I y Hirk e-t-. C - .n a " -5,40 4-0 '�. w r L--. /� « A p 4. L� �F- — r ixf 54 4 ;�J - r .? § W %1� G « 4 ° .. w b q fie ' lam a •`.€ I l li1 I Ii • y pA'ttpeb 8 3 ' s 3v' �\,r�� f., g , a --• = 1 ,Ts. << x A W im/ .1 . (3' p�j 4, �# '4 ern S 'j q k v e �7? e 4 'k— Lk aH , T .` aA w r7., a' a ` P N4 ,FL V s 5 A 3 1r,.. J7 k ,� ; d 04 0r, 04 B 0, I T CZ ' I tp} tl \N d I I A Si' _ t' a 3 \ _ Pam na ' nu 't Yw A •g 1 � a � a ' , ATL .. ., '= „_ 1\ ,‘: a Pte. 17x 1:1 a 1 tz ra U 0 7:3 ( 0 g i. 4, . ,:: , . , ,, r< c,) Ie%) GC 0 ch H ke ct .tH 0 ft Q 01 Cd 0 F 1.4 N. J JJ Z 0 g 0 I CD P 11 9 `e N Oe cip q-4 Ei tkl C) O U of)2 co 0 v, 0 S, , o a i z 1: 1itarlffiktl4efaii14:th:W. iialiffi. taNhvflregrnpr27 '• e.,&,4,-,5i :Pit (...--?,., . . -7.1J-is. I . 7: Al 111. ::1 . '1E7: c7:11::::L-71-7-14:117 I, I ....., c.) cez aa 1:....:,2., ,.... . ..,.„ ,..., e rt• „ .. a VtiA An'Efl. gt I Sill 1 Z tr °Fe I 0,1 C5-'• t-5 rhhh) C1 EN Z •.<1:2 1i :11. tgreh 1 -its? u :- - .„. ... . ., ,s S. .,, .h) Al aa r JR-g-s • 1 r ..z ,. , ti- cE) ,Ca; c .ric Igg := a r aS!s 11 ±1! ; tV „'1'.-: : !1 ,,•' ih„itet;I hE.. 1.-t . • EN 1 nth rr-lci NzJ i r 71 E••••‘,, 1 till t t• C5 c' h. rtEt, 'it 1 f:4,4t.i 'wiz:-.• I ..21...: 5.i....„.-_.,.„.. cz.r.- -•t' Rep„:"t9sT' i..1:-.... ?'.7. Et: ckor 1 143:are i, 7' -4:ffpr„W;...i- ..:r4m,—# -,A,-,—....-_-"apr.64%;,;Iiih.--, ,,,Y,t, . " • Late:MaaPta,carat'an7 20,aille.• *); o t oa: 0 a4 I i(iq F z e.) �' U � pa) ,• _ T 0 H 1 C� J-I r= �� N4 Ct Q ( V 1 .. E ri. 9,,, 1 .. :4 .. _ k NSI . •c t$ -1s,) ti i 0 , / Gc ; / / / - rawH \ / Reaesed § p a / \ H / 9 � \ / g 2 Pr- ij M . r n, / Kal li 7j , • \ \ F ! . & > ev 1 & \ = a . . , \ =epi. \ 2 \� ? ) 0 : ¥ « 1 . 1 I g co k Ir o 0 Pi O V a V F4 U dB r�' r ' a W a a U gI 1 W M V W a V Z Cr ,, o ia 1 � I o �t'`!15 _she.._ \ \ z o a. I I ,Y 1 f m 11�h ` � 'I I II 11 10 I i0i) 1I'Ir 1 f I I r� 11,-- � t klat '-'� — I� a c wc., \Triy j4 _ i �i . if'I , ` *I L i f u� 1 - ) %,--- m 3,)4,cm i3 i--mom a\ 0 o v ® _ � _ meq VI VZ Gv ,y �. o, ® 77 1�- t -,a'F' y�•k c4' • - g �' 111 f L. ' � �,Ww ' •�il . c 1dc/Ila a •' IIID I 'tie 1l1 I IfI I Tit U. . . '] a c4, : I� � Kn Rr -R ' " - "'fIM ,s.;,7 �2 : ti+ .F5 > Y �3 4 �` V. t �K le .� raratak y.k / ?""r 4 � � - �-� '. . �i{P �s,II � 1, ! ± 11 011 I1� i1' 1 i!i. I' a n' /%� (J) II '4F�Fii I � >r ,\ 44 7 .„ k ...z: �If bi0 +l 1 ...... 40.!:_:: i,, _, 00 I5t ,aB,eT�p. .1 ' a "O yo o a ' a r-- IV. el kv i ^a ,x 4 - �0 z I� i" °� .. ker — E _ 'i; ?x' \ `S�I�! a - II sig r ' / � l j 1fi.A3h tic �i 3 � F= ✓J i O.r'e"^� g Icy ' -: Ids' �. 3; )466„.,:,- , `. { r7 .rR _ 44� i` ci r. V q �, RLIW3ARIAWCHIST6AMMei 111 1 it 1' R 1,,,� N 1. in,,,,, 1, ..,..„, .„...,, rtk ,. .., , , _; +T' tis .K, ' ' ` - -Fi. akki >x v - .e+ cf, ( -+j..*"` ;" Y 'Hl,„fi -4' eID r� la 're oeoa te ° ip ,' > at " v t 4 s s N )y� � WC f ,, f f 111 ,9,n; r• f f f 1, f II2 '� � 4 � ys:4. 77. .a.q.Ai ` _ Ibr ryryYY�ry H'+' o ciaV x3 _ �byil s `+_ ar�\ 1J P A`Jr x yl .,_, CI �qa.? , Y o .E r;1 ,ilrilittlfJ r� " barC1O �E Olifif r41 l�7 y�f s`'s'i(� u U s " :: t•,. - it'i "/ AEle FA9 _ It Cain=t.` s� I a�'� Fh: , ff 1l It mil � 1• . I �/OU U ��� U� 'Cr 0' i i A - i iAi D j , - U GiV ( I III lul �� 1 r ; \ 1 i 0) 8 O U W I, Ca `V U Fn '' d Q { za ct N Py �J 6 ei co c 1 alcr I _ • _ I y! '^� CIN Id ' rte ; s-X115 -- . J ' r T.Qe. _4 `tom : } - E '�*' •V`. -x� A i ,"S ri_TDO. rt p -� - 1 s7] ._.-?fie. 4.,,,, < - ' } Ote-er"}' . spy M 1. by l--- '-' . �te; a-a2 �_ sT ", g. 1-� _ `' ^a' -�, —4+ _ a � -`Tv X21�?.9>^ .z'‘47-74,,:r14.--.4. 7—",V . . .. --- o 'mak E..7 D a . , _ 4 l‘ S 1/ 1 f)� a P. { �� L?-.. _ -INS` i uf iv L ®j am "� ti fix. i !!YY � �a N i- 1--t--. c Imo t rl i t7,2 p l 1 3 ez <_. /+'-� 1. ! .4 il �1 ' � . I� � � o c r f,---=--,, ©P4J 4 �C� it �.� o rio u °1"{`'i Jfra�l frt-1 Pe- �I r 1! al c-5 b ".y I, ril I; 8 Fly ay tnl ��. c_-_E. y q O °? X17 L I n 1� J 1 ig r Lai )+ C 6 /� !f/y,1 V yY p ae , .1 T_ ya - Ti. I rk_V I J ale o- t 4.4 { Cv r t.IGC,I1 I � I fclj ^f If �3 J f IL I t III 1 Lib _ ; ._, 4. V I i -- I - # , l39 ATf,F) C I t 3 t fltu f� n + 'I t"---.4 nr ti 1 * fcfi ft-i.L k . /5 r'it„." •I'r..47/4 " [, � j Z ; moi ��� IN f r Itilfif i u t Z I `�9 � \ I z I :At I`: , I f I I i P tA. • f, - - H I I I IIS, ) <--.,? (79 r,-., t J 1 d GL-� c , ._ • o _ 2 ±- f -- 1 ) " �- ?, 1/4 • gr 'e m __ ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F Insurance Requirements 2018-039-JC Furnish, Installation, Maintenance and Repair of Generators PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2018-017-iC 62 60 ! n, �. 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 Employers 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-$1,000,000each occurrence -owned!non-owned/hired automobiles included. 4. Excess Liability-$ .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. 61