20170607 AM1MIAMIBEACH
Gity Commission Meeting
ADDENDUM MATERTAL 1 (61212017)
City Hall, Gommission Chambers, 3'o Floor, 1700 Gonvention Center Drive
June7,2017
Mayor Philip Levine
Commissioner John Elizabeth Alem5n
Commissioner Ricky Arriola
Commissioner Michael Grieco
Com missioner Joy Malakoff
Com missioner Kristen Rosen Gonzalez
Com missioner Micky Steinberg
City Manager Jimmy L. Morales
City Attorney Raul J. Aguila
City Clerk Rafael E. Granado
Visif us at www.miamibeachfl.gov for agendas and video "streaming" of City Commission Meetings.
ATTENTION ALL LOBBYISTS
Chapter 2, Article Vll, Division 3 of the City Code of Miami Beach entitled "Lobbyists" requires the
registration of all lobbyists with the City Glerk prior to engaging in any lobbying activity with the City
Commission, any City Board or Committee, or any personnel as defined in the subject Code
sections. Copies of the City Code sections on lobbyists laws are available in the City Clerk's office.
Questions regarding the provisions of the Ordinance should be directed to the Office of the Gity
Attorney.
ADDENDUM AGENDA
G7 - Resolutions
C7 W A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,
FLORIDA, AUTHORIZING THE CITY MANAGER TO AWARD A CONTRACT, TO THE LOWEST
RESPONSTVE, RESPONSTBLE BtDDER, PURSUANT TO tNVTTATION TO BID (lTB)2017-259-ND,
FOR A LIGHTING SYSTEM REPLACEMENT AT LUMMUS PARK.
Public Works/Procurement
Commissioner Ricky Arriola
Addendum added on 61212017
C7 X RESOLUTION TO CHANGE THE PLAYGROUND SURFACE AT ALLISON PARK FROM
ENGINEERED WOOD FIBER TO A POURED-IN-PLACE RUBBERIZED SURFACE.
Commissioner John Elizabeth Aleman
Addendum added on 61212017
1
Addendum 1, June 7,2017
R7 - Resolutions
R7 O A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,
FLORTDA ("CtTy"), OppOStNG PRESTDENT DONALD J. TRUMP',S WITHDRAWAL OF THE
UNITED STATES FROM THE PARIS CLIMATE AGREEMENT; HONORING AND UPHOLDING THE
CITY'S COMMITMENT TO THE POLICIES, GOALS, AND STANDARDS SET FORTH IN THE
PARIS CLIMATE AGREEMENT;AND REAFFIRMING THE CITY,S ROLE AS A GLOBAL URBAN
LEADER IN EFFORTS TO REDUCE GREENHOUSE GAS EMISSIONS, MITIGATE THE IMPACTS
OF HUMAN ACTIVITIES THAT CONTRIBUTE TO CLIMATE CHANGE, AND ENHANCE
RESILIENCY.
Office of the City Attorney
Mayor Philip Levine & Co-Sponsored by Commissioner John Elizabeth Aleman
Addendum added on 61212017
R7 P A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,
FLORTDA ("CtTy"), OppOStNG PRESTDENT DONALD J. TRUMP'S WITHDRAWAL OF THE
UNITED STATES FROM THE PARIS CLIMATE AGREEMENT; REAFFIRMING THE CITY'S
COMMITMENT TO REDUCE GREENHOUSE GAS EMISSIONS, MITIGATE THE IMPACTS OF
HUMAN ACTIVITIES THAT CONTRIBUTE TO CLIMATE CHANGE, AND ENHANCE RESILIENCY;
AND RESPECTFULLY URGING GOVERNOR RICK SCOTT AND THE FLORIDA LEGISLATURE
TO JOIN THE GROWING LIST OF STATES SEEKING TO MEET OR EXCEED THE GOALS OF
THE PARIS CLIMATE AGREEMENT.
Office of the City Attorney
Commissioner Micky Steinberg
Addendum added on 61212017
2
Resolutions - G7 W
COMMISSION MEMORANDUM
Honorable Mayorand Members of the City Commission
Jimrny L. Morales, City Manager
June 7,2017
AAIAMI BEACH
TO:
FROM:
DATE:
SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO
AWARD A CONTRACT, TO THE LOWEST RESPONSIVE, RESPONSIBLE
BTDDER, PURSUANT TO tNVTTATTON TO BID (tTB) NO. 2017-259-ND FOR
LUMMUS PARK LIGHTI NG I MPROVEMENTS.
RECOMMENDATION
Approve the Resolution.
ANALYSIS
The City's Public Works Department has been working with the Police Department in an effort
to assist the department with its crime detenence efforts. To that extent the Public Works
Department has embarked in a series of lighting improvement projects throughout the
Entertainment District by installing additional lighting and replacing older lights with new LED
lighting which is more efficient and cost effective. The use of the new lights has been a
tremendous success in detening criminal activity on those streets where the lighting has been
installed. To expand these crime detenence efforts, the Police Department has requested that
similar action be taken by improving the lighting on Lummus Park.
The Public Works Department has identified a light pole and fixture combination which is
approved by the City of Miami Beach Public Works Standards and has the capacity to provide
the needed lighting improvements and Environmental requirements. The Louis Poulsen
Albertslund Maxi Post LED fixture emits symmetrical glare free light directed downwards and
prevents light from being emitted upwards, therefore significantly reducing light spillage. Further
the new Louis Poulsen LED light fixtures will be equipped with a LSI Lighting Control
Management System which will proMde the ability to remotely control the lights by tuming the
lights or/off, dimming the lights, adding motion sensors etc.259-nd
The Public Works Department experimented with this light fixture by installing two fixtures on the
East side of Lummus Park and 9th Street. The Public Works and Police Departments have
expressed their satisfaction and desired to have the existing park lighting replaced with the
Louis Poulsen light fixtures. ln addition to Lummus Park, there are other areas around the City
that require Louis Poulsen replacements, such as Collins Park. The ITB will allow for material
purchases for these areas as well.
Page 791 of 1511
3
ln orderto secure a contractforthe Louis Poulsen lighting, the Citywill issue lnvitation to Bid
(lTB) 2017-259-ND. Bids are expected to be received on or about June 15,2017. Since this is
a high priority item and the Administration would like to secure an orderforthe lighting as quickly
as possible, it is recommended that the City Manager be authorized to award a contract,
pursuant to the lTB, to the lowest responsive, responsible bidder. lf the authority to award is
approved, the Mayor and City Commission will be notified of the results of the ITB via an LTC.
CONGLUSION
The Administration recommends that the Mayor and City Commission approve the Resolution
authorizing the City Manager to auard a contract, to the lowest responsive, responsible bidder,
pursuant to ITB 2017-259-ND, for lighting system replacements at Lummus Park.
KEY INTENDED OUTCOMES SUPPORTED
Enhance Public Safety and Ernergency Preparedness
FINANCIAL INFORMATION
TBD.
Legislative Tracking
P ublic Works/P rocurement
Sponsor
Commissioner Riclqy Aniola
ATTACHMENTS:
Description
o ITB 2017-259-ND
Page792 of 1511
4
# tu\lAl\,1iBEAC*-{
TNVTTATTON TO BrD (rTB)
LUMMUS PARK LIGHTING IMPROVEMENTS
2017-259-ND
BID ISSUANCE DATE: MAY 31,2017
BID DUE: JUNE 13,2A17 @ 3:00 PM
ISSUED BY:
# MIAMIBEACH
NATALIA DELGADO, PROCUREMENT CONTRACTING OFFICER I
PROCU REMENT DEPARTMENT
1755 Meridion Ave.3'd Floor, Miomi Beoch, FL 33.l 39
305.673 .7 OOO x6263 | www. miomibeochfl .gov
Page 793 of 151 1
5
S &,tt/rmtffiAtu
TABLE OF CONTENTS
SOLICITATION SEGTIONS: PAGE
0100 NoT uTtLtzED ............ ....................N/A
O2OO INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS.......... ....,.......3
O3OO BID SUBMITTAL INSTRUCTIONS & FORMAT... ....,.,.......,....15
APPENDICES:
APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS
APPENDIX B "NO BID" FORM
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS
APPENDIX D SPECIAL CONDITIONS
APPENDIX E COST PROPOSAL FORM
tTB 20tz-259-ND
Page794 of 1511
6
&.rp &4tA,\{iffiHetH
SECTION (}2OO INSTRUCTIONS TO BIDDERS
1. GENERAL.
This lnvitation to Bid (lTB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective
Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the
City's consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful
Bidders(s) (the "contractor[s]") if this ITB results in an award.
The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this lTB. 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 lTB. Failure to receive an addendum may
result in disqualification of proposal submitted.
2. PURPOSE.
The purpose of this bid is to establish a contract, by means of sealed bids, with a qualified firm(s) for the purchase
and delivery of lighting equipment and controls as part of a Lummus Park lighting improvement project. Additional
items may be acquired on an as-needed basis.
4. PR0CUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact:
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be
received no later than seven (7) calendar days prior to the date proposals are due as scheduled in Section 0200-3.
All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
The tentative schedule for this solicitation is as follows:
ITB lssued May 31 ,2017
Pre-Bid Meeting NIA
Deadline for Receipt of Questions June 6,2017
Responses Due June 13, 2017 @3:00 p.m. (EST)
Tentative Commission Approval Authorizing Award TBD
tTB 20tz-259-ND
Page 795 of 151 1
7
* MlA,\,x,tn[Afij
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 C
1755 Meridian Ave.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) Dialthe 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 0F SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been fonruarded to the City Commission by the City Manager are under the
"Cone of Silence." The Cone of Silence ordinance is available at
http//library.municode.com/index.aspx?clientlD=13097&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 exceplion
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http://web. miamibeachfl .qov/orocuremenUscroll. asox?id=235 1 0
o CONE OF SILENCE.....
o PROTEST PROCEDURES.. DEBARMENT PROCEEDINGS. LOBBYIST REGISTMTION AND DISCLOSURE 0F FEES....r CAMPAIGN CONTRIBUTIONS BY VENDORSr CAMPAIGN CONTRIBUTI0NS BY LOBBYISTS ON PROCUREMENT
rssuES...........
o REQUIREMENT FOR Clry CONTRACTORS TO PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS......
CITY CODE SECTION 2486
CITY CODE SECTION 2.371
CITY CODE SECTIONS 2-397 THROUGH 2485.3
CITY CODE SECTIONS 2481 THROUGH 2406
CITY CODE SECTION 2487
CITY CODE SECTION 2488
CITY CODE SECTION 2.373
o LIVING WAGE REQU|REMENT............ CITY CODE SECTIONS 2407 THROUGH 2410
IB 20]/-259-ND
Page 796 of 151 1
8
{B!&F AAIA,\Ai BEACH
. PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETEMNS AND TO STATE-CERTIFIED SERVICE.
DISABLED VETEMN BUSINESS ENTERPRISES. CITY CODE SECTION 2.374
O FALSE CLAIMS ORDINANCE,... CITY CODE SECTION 7O-3OO
O ACCEPTANCE OF GIFTS, FAVORS & SERVICES.... .... GITY CODE SECTION 2449
8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: lt is the responsibility of each Bidder, before
submitting a Bid, to:
a
a
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 Bidde/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 0F 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. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance N0.2011-
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
conkactual 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 othenruise equal with respect to quality and
service, then the award shall be made to the service-disabled veteran business enterprise.
12. 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.
13. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest
responsive, responsible bidde(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
a
a
tTB 20tz-259-ND
Page797 of 151 1
9
S &{tAtdt*rAch{
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. ln 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 Gontract 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
Gontract.
14. 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.
15. 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 bidde(s).
The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted
the by bidder. ln 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. ln 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.
16. VOLUME OF WORK TO BE RECEMD BY CONTRACTOR. lt 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 govemmental contract, or on an as-needed basis
through the City's spot market purchase provisions.
17. GENERAL TERMS AND CONDITIONS. lt is the responsibility of the Bidder to become thoroughly familiar with
the Bid requirements, terms and conditions of this solicitation. lgnorance 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.
18. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award.
Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120)
calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price
before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and
City Commission.
19. 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
il ts 20 L/-259-Nt)
Page 798 of 15'11
10
&&J\IAAAIMHACH
meets or exceeds the formal solicitation requirements. ln order for the City to consider an alternate response, the
Bidder shall complete a separate Price Sheet form and shall mark ?lternate 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.
20. 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 cr,ll711 (Florida Relay Service).
21. NON-DISCRIMINATION. The bidder 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. ln 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.
22. 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.
23. AUDIT RIGHTS AND REC0RDS RETENTI0N. 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.
24. 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.
25. BILLING INSTRUCTIONS. lnvoices, unless otherwise indicated, must show purchase order numbers and shall
be submitted to the ordering City department.
26. CANCELLATION. ln 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 conkact at any time and for any reason, without
cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior
written notice to the bidder.
27. CITY'S RIGHT T0 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.
|6'lu L/-259-NlJ
Page 799 of 151 1
11
&fu1lA,\,{lnrAtF""l
28. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. lf 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. ln the event of conflict with the original
specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum
shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt
of any and all Addendum, and filling in and signing in the spaces provided in section 5.0,
Acknowledgements/Affidavits. Failure to acknowledge Addendum may deem a bid non-responsive.
The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing
by any City representative, unless issued by the City via formalwritten Addendum to this Bid.
Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755
Meridian Ave. 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk.
29. 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 rebufted 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.
30. 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.
31. CONTRACT EXTENSI0N. 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.
32. 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.
33. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days)
for each item. It must be a firm delivery time; no ranges (For example,12-14 days) will be accepted.
34. DEMONSTRATION OF COMPETENCY.
il3 lo L/-z5vj\l_)
Page 800 of 151 1
12
# &{tr\t'AinrAtH
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. ln these instances, the City may also
require material information from the source of supply regarding the quality, packaging, and characteristics
of the products to be supply to the City. Any material conflicts between information provided by the source
of supply and the information contained in the bidde/s bid may render the bid non-responsive.
G. The City may, during the period that the conkact between the City and the successful bidder is in force,
review the successful bidde/s record of performance to ensure that the bidder is continuing to provide
sufficient financial support, equipment, and organization as prescribed in this bid. lrrespective of the
bidde/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.
35. DISPUTES. ln case of any doubt or difference of opinion as to the items and/or services (as the case may be) to
be furnished hereunder, the decision of the City shall be final and binding on all parties.
36. DISPUTES. ln 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;thenD. The bidde/s bid in response to the Bid.
37. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such
award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by
the City thereby; or, where surety is not required, failure to execute a conkact as described above may be grounds
for removing the bidder from the City's bidders list.
38. EQUIVALENTS. lf 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 adicle(s) of equipmenUsupplies shall conform in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacture/s name and number if bidding other than the specified
brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items
offered requires complete descriptive technical literature marked to indicate detailed conformance with
specifications, and MUST BE INCLUDED WITH THE BlD. N0 BIDS WILL BE CONSIDERED WITHOUT THIS
tTB 20tz-259-ND
Page 801 of 1511
13
# AAIA,\AIBIAilFl
INFORMATION. THE CIry SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL.
Note as to Brand Names: Catalog numbers, manufacturers'and brand names, when listed, are informational guides
as to a standard of acceptable product quality level only and should not be construed as an endorsement or a
product limitation of recognized and legitimate manufacturers, Bidders shall formally substantiate and verify that
product(s) offered conform with or exceed quality as listed in the specifications.
39. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts which are defaulted as surety or othenrvise upon any obligation to the
City.
40. EMERGENCY RESPONSE PR]ORITY. lt is hereby made a part of this solicitation that before, during, and after a
public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach,
Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this
solicitation, including balance of line items as applicable. lt 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 priori$" under the emergency conditions noted above.
41. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is
not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon
the City's actual needs and/or usage during a previous contract period. The City may use said estimates for
purposes of determining whether the low bidder meets specifications.
42. EXCEPTIONS TO BlD. 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.
43. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the
bidder's facilities at any time, upon reasonable prior written or verbal notice.
44. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s.24(a), Art. 1 of the State Constitution untilsuch 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 othenrvise 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.
|ts 20 t/-259-ND
Page 802 of 151 1
t0
14
* l,{lA,\AtarAcH
45. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the
bidder must be F.0.8. DESTINATI0N, inside delivery, with all delivery costs and charges included in the bid price,
unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid.
46. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid.
47. INDEMNIFICATION. The successful Bidder shall indemnify and hold hannless the City and its ofiicers,
employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and
costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of
claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting
from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners,
principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and
shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where
applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be
incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required
by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein
provided. The above indemnification provisions shall survive the expiration or termination of this Agreement.
48. INSPECTION. ACCEPTANCE & TITLE. lnspection 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.
lf 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 bidde/s
expense.
49. LAWS. PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection
fees required under the contract; and shall comply with all Applicable Laws.
50. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade
County, and City of Miami Beach codes, laws, ordinances, andior rules and regulations that in any manner affect the
items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of
Applicable Laws will in no way be a cause for relief from responsibility.
51. LIABILITY. INSURANCE. LICENSES AND PERMITS. Where bidders are required to enter or go on to City of
Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume
the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work
complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by
negligence of the bidder, or hislher officers, employees, contractors, and/or agents, for failure to comply with
Applicable Laws.
52. MANNER 0F 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, regulalions 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,
lltr9 201l-259-ND
Page 803 of 151 1
15
* &{rA,\q BrAC}-.I
rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations,
authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of
this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract.
53. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions,
and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in
the bid being non-responsive.
54. MODIFICATIONMITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of
a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time
will NOT be considered.
Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration
of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid
due date and before said expiration date and letters of withdrawal received after contract award will NOT be
considered.
55. NON-CONFORMANCE TO CONTRACT GONDITIONS. ltems may be tested for compliance with specifications.
Items delivered, not conforming to specifications, may be rejected and returned at the bidde/s expense. These
items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the
City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of
these stipulations may also result in the bidder's name being removed from the City's vendor list.
56. OPTIONAL CONTRACT USAGE. When the successful bidde(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.
57. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied
pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines
levied because of inadequacies to comply with this condition shall be borne solely by the bidder.
58. 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. lf the bidder uses any design,
device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception,
that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any
way involved in the work.
59. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to
comply with Bid specifications, free of damage or defect, and properly invoiced.
60. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. ln 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 othenivise 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
tTB 201l-259-ND
Page 804 of 151 1
12
16
* iv'rlA&4i BIACH
accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be
made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a
consideration in determination of award of bid(s).
61. PRODUCT INFORMATION. Product literature, specifications, and technical information, including
Manufacture/s Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BlD FORM'.
However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent.
62. REASONABLE ACCOMMODATION. ln accordance with Title ll of the Americans with Disabilities Act, any
person requiring an accommodation at the Bid opening because of a disability must contact the Procurement
Division.
63. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of
items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be retumed at the
bidde/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
bidde/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 othenrvise indicated, samples should be delivered to the Procurement Division, 1755
Meridian Ave. 3rd Floor, Miami Beach, FL 33139.
64. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence.
65. SPOT MARKET PURCHASES. lt 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.
66. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without
previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments
will be returned at the bidder's expense.
67. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
68. TIE BIDS. ln accordance with Florida Statues Section 287.A87, 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. ln 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 Manage/s
discretion, which will make a recommendation for award to the City Commission.
69. TERMINATION FOR DEFAULT. lf the successtul 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.
ln 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.
tTB 201l-259-ND
Page 805 of 151 1
IJ
17
* A,rrln/rl,iBtACLt
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained
by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to
the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from
the successful bidder is determined.
The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of
the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default
within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this
subsection 1.57.
70. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work andlor
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. ln that event, all
finished or unfinished documents and other materials shall be properly delivered to the City. lf 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 andior services
actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in
assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any
profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total
extent of the City's liability to the successful bidder upon a termination as provided for in this subsection.
71. UNDERWRITERS' LABOMTORIES. 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.
72. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or
facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Depa(ment and
Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than
$50,000), may require additional items to be added to the Contract which are required to complete the work. When
additional items are required to be added to the Contract, awarded vendo(s), as applicable to the item being
requested, under this contract may be invited to submit price quote(s) for these additional requirements. lf these
quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract
vendo(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a
Purchase Order (or Change Order if Purchase Order already exists). ln some cases, the City may deem it necessary
to add additional items through a formal amendment to the Contract, to be approved by the City Manager.
The City may determine to obtain price quotes for the additional items from other vendors in the event that
fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the
Gity's discretion.
Uts ',2o t,/-259-Nu
Page 806 of 151 1
14
18
S MtAl*tBrAeH
sEcTtoN 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed
envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound
copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within
two (2) days of request by the City. The following information should be clearly marked on the face of the envelope
or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Retum Address. Bids
received electronically, either through email or facsimile, are not acceptable and will be rejected.
2. BID PROPOSAL. The Bid Proposal is to include the following:
. TAB 1 - Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed
mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-
responsive. All corrections on the Cost Proposal Form shall be initialed.
o TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A).
o TAB 3 - Documentation indicating compliance with Minimum Eligibility Requirements.
3. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of proposals will be considered late and not be
accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays,
natural or otherwise.
rTB 20tz-259-ND
Page 807 of 151 1
t5
19
APPENDIX A
&
.g fu\IAMI BTACH
Proposol Certificotion,
auestionnoire &
Req uire ments Affid ovit
rTB 2017-259-ND
Lummus Pork Lighting Improvements
PROCUREMENT DEPARTMENT
1755 Meridion Ave. 3rd Floor
Miomi Beoch, Florido 33139
tTB 201 z 259-ND
Page 808 of 151 1
t6
20
Solicitation No:
2017-259-ND
Solicitation Title:
Lummus Park Liohtino lmorovements
Hrocurement uontact:
Natalia Deloado
Tel:
305-673-7000 x6263
Email:
nataliadeloadoOmiamibeachfl "oov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed.
1. GeneralProposerlnformation.
FIRM NAME:
No of Years in Business:No of Years in Business Locally:
OTHER NAME(S) PROPOSER HAS OPEMTED UNDER tN THE LAST 10 yEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
L;IIY
STATE:ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
F/{( NO.:
FIRM LOCAL ADDRESS:
CITYI
STATE:ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO,:
ACCOUNT REP EMAIL:
FEDERAL TAx IDENTIFICATION NO.:
The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
ilts 20 t,/-259-ND
Page 809 of 151 1
1'7t./
21
3.
Veteran Owned Business. ls Proposer claiming a veteran owned business status?
f---] vrs f--l 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 govemment, as required pursuant to ordinance 2011-3748.
Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradskeet to submit a Supplier
Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapplwcs/storeslservleUSupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended that each
Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible
in the solicitation process. For assistance with any portion of the SQR submital process, contact Dun & Bradstreet at
800-424-2495.
SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report dlrectly to the
City, with bid or within 2 days of request.
Conflict Of lnterest. 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.
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
lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided.
Suspension, Debarment or Gontract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to non-performance by any public sector agency?
[__l ves [--l llo
SUBMITTAL REQUIREMENT: lf answer to above is 'YES," Proposer shall submit a statement detailing the reasons that led to
action(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 2490 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.
Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response
or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable
governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of
4
6
6.
7.
tTB 201l-259-ND
Page 810 of 151 1
t8
22
8.
Miami Beach and Miami Dade County.
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of
Ethics, available at www.miamibeachfl .gov/procurement/.
shall be required te pay all ernpleyees whe previde serviees pursuant te this Agreement; the heurly living wage rates listed belew:. Gemmeneing with GiV fiseal year 2012 13 (eeteber '1; 2012); the h€urly living rate rvill be $1'1,28/hr with health
@
The living wage rate anC health eare benefits rate may, by Reselutien ef he eity eemmissien be indexed annually fer inflatien
using the Gensumer Priee lndex fer all Urban Censumers (CPIU) Miami/Ft, tauderdale, issued by the U,S, Department ef tabels
same{im+a*ieutaryed
Prepesers' failure te €€mply with this previsien shall be deemed a material breaeh under this prepesal, under whieh the Gity may'
ies
and fines' as previCed in the eity's tiving Wage Ordinanee, as amended, Further infermatien en the tiving Wage requirement is
@
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?
l--.-] vgs [--l uo
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?
[--_l vrs [-_l rrro
C. Please check all benefits that apply to your answers above and list in the 'other' section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement
leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Soouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Familv Medical Leave
Bereavement Leave
lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no Insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached)with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City Manage/s decision is final. Further information on the Equal
Benefits requirement is available at www.miamibeachfl.gov/procuremenU.
ilts '20 L/-259-NIJ
Page 811 of 1511
t9
23
11.
Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit
a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity
in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
with the requiremenls of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list.
Non-Discrimination. Pursuant to City Ordinance N0.2016-3990, the City shall not enter into a conkact with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the
blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national
origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
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.
SUBMIfiAL REQUIREMENT: No additional submittal is required. By virtue of executing this afiidavit document, Proposer agrees
it is and shall remain in full compliance with Resolution 2016-29375.
Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies,
practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City
Code ("Fair Chance Ordinance'), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring
about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of
employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits
placing a statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer
cedifies 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.
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 Cig'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 proposal disqualification.
lnitial to Confirm
Reeninl
lnitialto Conlirm
Remiol
lnitialto Confirm
Rpminl
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
lf additional confirmation of addendum is required, submit under separate cover.
12.
13.
14.
tTB 20tz-259-ND
Page812 of 1511
20
24
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach {the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln 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 applicanls 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. lt 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 wananty
or representation, express or implied, as to its content, its accuracy, or its completeness. No wananty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation 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 Governmentin-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.
ln the evenl 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
govemed by and construed in accordance with the laws of the State of Florida.
il ts 20 t./-259-Nt_)
Page 813 ol 1511
2l
25
I hereby certify that l, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed, or compared the proposalwith other Proposers and has not colluded with any other Proposer or party to any
other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and infonnation contained in this proposal,
inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate.
Name of Proposeis Authorized Representative:I rfle oI Proposers AUmonzeo Hepresentauve:
Signafure of Proposer's Authorized Representative:Date:
State of _ )
)
0n 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 of
My Commission Expires:
il ts 20 L/-259 ND
Page 814 of 151 1
22
26
APPENDIX B
&
"g MIAAAilBTACH
"No Bid" Form
rTB 20 17-259-ND
Lummus Pork Lighting lmprovements
PROCUREMENT DEPARTMENT
I755 Meridion Ave. 3rd Floor
Miomi Beoch. Florido 33139
Itts 20 L/-259 ND
Page 815 of 151 1
23
27
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) GHECKED AND/OR TNDTCATED BELOW:
_ Workload does not allow us to proposal
_lnsufficient 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 producVservice
_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:
LegalCompany 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: Natalia Delgado, Procurement Contracting Officer I
PROPOSAL# 2017-259.ND
1755 Meridian Ave. 3rd Floor
MIAMI BEACH, FL 33139
|ts '20 L/-259-ND
Page 816 of 151 1
a^L4
28
APPENDIX C
&
g &AIAMilBTACH
Minimum Requirements
& Specificotions
rTB 20 17-259-ND
Lummus Pork Lighting lmprovements
PROCUREMENT DEPARTMENT.l755 Meridion Ave. 3rd Floor
Miomi Beoch, Florido 33139
|6 ',2o L/-259-Nu
Page 817 of 1511
25
29
Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation
are listed below. Bidder shall submit, with its bid, the required submittal(s) documenting compliance
with each minimum requirement. Proposers that fail to include the required submittals with its bid or
fail to comply with minimum requirements shall be deemed non-responsive and shall not have its
bid considered.
1. Bidder (defined as the Firm) shall be authorized to sell, by the manufacturer or its
authorized distributor, the proposed brand(s) of equipment (Louis Poulsen and LSI
lnduskies).
Required Submittals: Bidder shall submit proof that it is authorized to sell the equipment
specified.
C2. Statement of Work Required.
Successful bidde(s) will be required to provide and deliver new lighting equipment and controls to
the City of Miami Beach as part of a Lummus Park Lighting lmprovement effort to improve public
safety and security.
G3. Specifications.
Successful bidde(s)will be required to provide customized Louis Poulsen Albertslund Maxi post
and light fixtures with LSI Platinum - Architecture Lighting Controls, per the attached specifications
(refer to Exhibit 1 and 2).
Balance of Paqe lntentionallv Left Blank
rTB 20tz-259-ND
Page 818 of 151'1
26
30
EXHIBIT 1
I
6
HI
-8u
EI
3;
CE
4B
Ed
1E
6se3
3u
EE
26
9z
<o
?b
qr
qs
9l
ti
Ei
dH-
igf
E*E>o2
EEEgEr
6Ue
s'E9
F8q
fidsEIE
beE
x$r
Hgi
8EaS66
#t6E
!e$F
ad?u46z
9?rEg60u6E*
8PcYxtr}E8E
E
7
Fzoz
F(,2I
n,
x
-E!oU
o
L
rc
R
t5
9S<d6E=
3 Ea
6@E
a 6t
=21
6BH
m3s9 TtsE 9B
E H==E ?ii
GoL
Gu
a6
H
54
!)zoeFo5u
E
Eo
dg
o
d
g
&uLt
=
f
6U
uF
6
G
o-
E
9
^=fi@
AE
€E
EHOE;lnq{Ri=sE
eu
g3
Ro
Foo
ct
3
Ht3
f
=zE-
!s=
=5iE
=EEff
E8oc
EtoU
u6oq
ts
zo6d
ot
u&
o
zug
E
ad
o
fitl
6-
arfE
qo
no
=z
=u
=
=oELauuc(,uoIF
IzEoEts
oaEd
=oIuE
=
IF
aEUoo
F
B
Eo
=hzo
F
=ts
Ets
(tz
o
E
oo
=z
=3
GUc&a
l!
oo
J
P
6
Edo@I
IFro
EoFo
d
UJ
ao
=Jo&
oo
=5eFsI
os!Ets
5az
g
oEaz,o
6toE&
uoaFo
dg
I9E-Qo(
AE
Ooa!jug
EF
=uztr=
aEF
ooE
oio&u
EB
Ft
o*a
5oEU@
o
o
!J5
ar4
toT
iiiiiii
aR
H$
eEE<
5rc52;d
ci
Fa
5
g
bs
(,42uaoefzoo
E
uE
F6
E
ztrZU
U
CC
4F
a
oF
I
=oItru6ots
d
6
(92t
UJ
:
-a
tr6uts
ooEUo>oa
F
=U@
&u
T
=J
fcF
lEt
lolt6l
llln
tfril8t
lsllrll6llOl
tEltgl
otrou
Bce
5oo
i!
56
ba.FE
qE60.._E> gEg k
I
HEFJ
Egzz
*PEJ,:5
Eq
k8xE.o
CEe=
cd-bo
g
UJoLo
=GuF2u
o&u
3udoa
a
uTtso
du6
o
L+u
ac
<N
<:
ES S
EA du>r^ obH= E
EEg E
FE5 S
EEE +EOZ r
Ud
5Ir
=z,u=
6=x<OFza
!(J
ogUJJI346=^
8?H .
Egb FEEA E()ao :
3.SE HEtb alsi 4rg; PE<g 4
irrks) trR96 5ESB s6z>- O
F
*cJ
=u
N
dclatu
=E
tco
€
EoE
aco
9qozo
Fo
=
2ti
C:EF
oo
doz,2
-u 39.2 $
E< EoJ uHE E<< Jo> 4oll =u22o> !
E8 Ecgd
uF
=
BzozUts
cEU
F
eor
H
5ooGoZ*
4
Fats
Uoz-oz
5!au4
=za,
oIIaaAoUJo&2
ao2
to
fi
fJ
$E
=EErF<Hg8
<85
96fr
k
t)d
q
{'l
uts
3aO HH
g* EE
HE EE=Y* ==g
BE=HE36 ?B6sG ooo
E
L
E
fJL
=ts
=5o
oZ
t
g EE
EEsE!EuFg*d5
sEAEE*t€I
EO-{a
=eo<
=gE=agbE
f;E!=
EgSt
6Eu-Fo
o
BE3 Eet3 hE
EE= *E
=83
E$Ets= ;:
EEBS=
F
a
EEo
ba
q1
N,
a
<a
a
s$ls$;
27
Page 819 of 1511
il ts 20l,/-259-Nt)
31
EXHIBIT 2
E$J68;
3!
dz
gE
!$*
FHT
saE
;fr3
EBI
..le i
U:B
efr't
F!*6E!
TFE3;:
TTf;
HgE
cdf
EE9
E@O
slE[
IqEF
IdI
E
G
EouN
boEEo!o2
g
F
6ts
Ug-
o
5
4E
ZzI
e
o
H
5oLz
U
2fo
2
d
6
5ou
62-
9=
ao
<tr
o^
EEEF
8E
uFE
FEz(fzuFozo
s
c
HIUF
o6d
o
o
F-T
E
r56U
uF
2
ho&
9B<N
a..E=z afi
=t:66Ee5[7Z=
- E:6 =bif Eu8{fi
E E=i g=
E zill
(tz
Eti
=@
5JL
IF
EUJg
oz-
tI
6
a6
56
g
6
dti
d
uclFao
=(5ztrZU
aEG
=ts
6I
F
oF
fr-a
a6
EE
EE;b
EA
=3s8.
e
&:
I
bo
cio
B
2trog
F
oa
EE!3
F
=
fr
BI
fzc3J
FIU6
ENI:lUBuo2uE
H2
=6(i
EoouuuE6g
I'
Eo
to-oq
ue3
o
o2ul!
z
o
ouNa
zts@{3E
u6
uq6
=
z
6Uts
ooEua
=oa
FJFa
F
E
dtt
zEtJ
Ez
B
=
=a
U
u?2
d
3aI
a6o
d
o
F
I
o
e
E5IuGrg5
oE
EHEEOdE I]'UE
ud!ubts
Ii'
6dF
ooEda
=oAEF-3
F>
6u&F:oEg
GUOJED2eo5
:eEEq6
sg
E=F*OF55rar a
tr
5o
Ue
uE36
UEL
Eg
E
€oztrz
o
=E
Euts54
=,z
3J
Eo,
dd
itlriii
G
=2DJ
a=pH
\z
*Ee
H3q
3E3;ba
EfiH6VO
oU
9S
a2Z
=Jd
\
'Etss
3g()
bs
(,
=6
oEf,dz
o
:r
(}
aEr-tso
6
DJo
(5
EUr
u
=d
;E
=aI
u6oF&
(5
aJIoJ{
62E
a:UF
ooEUoioa
tu!Fo
u6.s
ge
UEo
Hsz
Pou
a
5
5oo
*
o
iaFC
"iE6o...d> H64 ?
a
k
5o6J
=:Eo2
B
F
zo
5o6
JuuFa
aUN2{
J
L'
aa
Fo
E
=U6
6uo
o
==z
==
F@
o
c!
Eo
2U62o
o
!E
a
E
tsU
a
E9*5F*
,fi
=so?zt
UFI
=E
Ezozur
J
=
TqEo[,
93#tr
=2=Uz>59{J,n<o
<uOG
IFu<J
E5
3EJ}<=aa
=4<@zuf;EFOzu<a
doEzo
SENCTLh-s=tsus8
$rEIJ;Eos5EEgAEzg
crcUF2=o=a89saO ta
g
Jaq
zzu
(,
6
uJoz
Eo
G
5
=oo
=JoG2oo
B
ts5AouEF
6z
9
0
-Ea2ir3
OlUIhr
o>()O
-DUg6>
=so:t-A=x
k*Io
q.
aFE!e
?- HH
HH FElEo @hqU -!vk =B
aE
=E
q5 E3ga oo
=b3ouTo{
L
EoI
EStEZE<uuFd5->et<u-&
={go<c2L2
bH
!39P>L
&oLa
4foo
g
g
3ss9HE<hu:.8AF
F
Eo
EoLcoozg6zo
o
=
auE
GP
x=LIB
s 3E
E As
= i=
r E5
3 fl=
qzcouF
oo
u
=ozo&u
oo
q
s
z,r
t:sa
58tk r@97FH ==u dE!? -az&
Ue=qE H@y (t
3i E:T BE5S
uEIri;i
28
Page 820 of 1 51 1
il ts 20 t,/-259-Nt)
32
APPENDIX D
g MIAAAI *TACH
Speciol Conditions
rTB 20 17-259-ND
Lummus Pork Lighting Improvements
PROCUREMENT DEPARTMENT
1755 Meridion Ave. 3rd Floor
Miomi Beoch, Florido 33139
tTB 2017-259-ND
Page 821 of 1511
33
1. TERM OF CONTRACT. This Contract shall remain in effect for a period of one (1) year from
date of contract execution by the Mayor and City Clerk.
1.1 Providing the Contractor (s) will agree to maintain the same price, terms and
conditions of the cunent contract, this contract may be renewed at the sole discretion
of the Cig, through its City Manager, for one (1) additional one (1) year term, if
mutually agreed upon by both parties.
1.2 ln the event that the contract is held beyond the term herein provided it shall only be on
a month{o month basis only shall not constitute an implied renewal of the contract.
Said month-to-month extension shall be upon the same terms of the mnkact and at
the compensation and payment provided herein.
2. PRIGES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. lf the bidder is awarded a
contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain
fixed and firm during the term of this contract; provided, however, that the bidder may offer
incentive discounts from this fixed price to the City at any time during the contract term. The City is
also interested in receiving bids that include flexible pricing terms that provide the City with
maximum options and flexibility as regulatory and marketplace changes take place.
2.1 OPTION TO RENEW WTH PRICE ADJUSTMENT. The contract may be extended at
the sole discretion of the City, through its City Manager, for one (1) additional one (1)
year term, if mutually agreed upon by both parties. Prior to completion of each
exercised conkact term, the City may consider an adjustment to price based on
Consumer Price lndex increase. Change shall not be more than the percentage
increase or decrease in the Consumer Price lndex CPI-U (all urban areas) computed
60 days prior to the anniversary date of the contract.
It is the Contractor's responsibility to request any pricing adjustment under this
provision. For any adjustment to commence on the first day of any exercised option
period, the Contractor's request for adjustment should be submitted 60 days prior to
expiration of the then current contract term.
The Contracto/s adjustment request must clearly substantiate the requested increase.
lf no adjustment request is received from the Contractor, the City will assume that the
vendor has agreed that the optional term may be exercised without pricing adjustment.
Any adjustment request received after the commencement of a new option period may
not be considered.
The City of Miami Beach reserves the right to accept the renewal adjustment or to
allow the contract to terminate and re-advertise for bids, whichever is in the best
interest of the City.
3. METHOD OF PAYMENT. lnvoices for payment will be submitted upon receipt and acceptance
of goods ordered via a Purchase Order. No down or partial down payments will be made. lnvoices
will be subject to verification and approval by the Contract Adminiskator, or hisiher designated
representative.
rTB 2017-259 ND
Page 822 of 151 1
30
34
4. SHIPPING TERMS. Prices shall include freight to City premises and shall be F.O.B. Destination.
The successful bidder shall hold title to the goods until such time as they are delivered and
accepted by an authorized City representative.
5. DELIVERY REQUIREMENTS. The Contractor shall enclose a complete packing slip or delivery
ticket with any item being delivered in conjunction with this solicitation. The packing slip shall be
attached to the shipping ca(on(s)which contain the items and shall be made available to the City's
authorized representative during delivery. The packing slip or delivery ticket shall include, at a
minimum, the following information: purchase order number; date of order; a complete listing of
items being delivered.
Contractor, with the help of the manufacturer, will ensure an expeditious delivery. Upon delivery,
all materials shall be unloaded by the vendor. Delivery shall be made to the Public Works Yard,
located a|451 Dade Boulevard, Miami Beach, Florida 33140, prior to 3:30 PM, Monday through
Friday
6. WARRANTY/GUARANTEE REQUIREMENTS. The Contractor warrants the materials supplied
and the work performed under this contract conform to warranty materials provided and work
performed for one (1) year from date of completion.
ln addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its
products andlor service against faulty labor and/or defective material for a minimum period of one
(1) year after the date of acceptance of the materials and/or equipment by the City. This wananty
requirement shall remain in force for the full one (1) year period; regardless of whether the
contractor is under contract with the City at the time of the defect. Any payment by the City on
behalf of the goods or services received from the contractor does not constitute a waiver of these
warrant provisions.
The Contractor shall be responsible for promptly conecting any deficiency, at no cost to the City,
within five (5) calendar days after the City notifies the Contractor of such deficiency in writing. lf
the Contractor fails to honor the wanan$ and/or fails to correct or replace the defective items
within the period specified, the City may, at its discretion, notify the Contractor, in writing, that the
Contractor may be debarred as a City bidder/proposer and/or subject to contractual default if the
correction or replacements are not completed to the satisfaction of the City within ten (10) calendar
days of receipt of the notice. lf the Contractor fails to satisfy the warranty within the period
specified in the notice, the City may (a) place the Contractor in default of the contract, and/or (b)
procure the products or services from another contractor and charge the Contractor for any
additional costs that are incurred by the City for this work or items, either through a credit
memorandum or through invoicing.
7. EQUAL PRODUCT. No substitutions will be allowed.
8. 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 quanti$ for items/materials specified in the conkact ordered pursuant to this bid by an
authorized representative of the City. All invoices must be equal to or less than the cost specifled
il ts 20 t,/-259-Nt)
Page 823 of 151 1
at
35
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.
Balance of Paqe lntentionallv Left Blank
il ts 20 L/-259-ND
Page824 of 1511
'),)
36
APPENDIX E
4 ,rVilAl,liBEACH
Cost Proposol Form
rTB 2417-259-ND
Lummus Pork Lighting Improvements
PROCUREMENT DEPARTMENT
1755 Meridion Ave. 3rd Floor
Miomi Beoch, Florido 33139
il ts 20 t,/-259 Nt)
Page 825 of 151 1
37
APPENDIX E
COST PROPOSAL FORM
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 lTB, inclusive of its terms, conditions,
specifications and other requirements stated herein, and that no claim will be made on account of
any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any
other unless a cost escalation provision is allowed herein and has been exercised by the City
Manager in advance. The cost proposal form shall be completed mechanically or, if manually, in
ink. Cost proposalforms completed in pencilshal! be deemed non-responsive. Allcorrections
on the cost proposalform shall be initialed.
1
Louis Poulsen, Albertslund Maxi Post, 82W
LED/4000K, 120-227V, White 55 Each $$
2 Louis Poulsen, House Side Shield Option 25 Each $$
3
Louis Poulsen, Albertslund Maxi Post, 82W
LED/4000K,480V, White 59 Each $$
4
LSI lndustries, Platinum Wireless Control
Svstem 114 Each $$
5
LSI lndustries, Platinum Commissioning for
Less than 100 Control Modules Each $$
b
LSI lndustries, Hosted Energy Management
Portal 1 Each $$
7
LSI lndustries, Platinum Site Manager
Comouter Each $s
8 LSI lndustries, Platinum Ovenide Switch Each $$
Y
LSI lndustries, Wireless Platinum Photo
Sensor 1 Each $$
10
LSI lndustries, Pole Mounted Occupancy
Sensor 12 Each $$
rTB 20r7-259-ND
Page 826 of 151 1
a/Jr+
38
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION
OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING
THE CITY MANAGER TO AWARD A CONTRACT, TO THE
LOWEST RESPONSIVE, RESPONSIBLE BIDDER,
PURSUANT TO tNVtTATtON TO BtD (rTB) 2017-259-ND, FOR
A LIGHTING SYSTEM REPLACEMENT AT LUMMUS PARK.
WHEREAS, The City's Public Works Department has been working with the
Police Department in an effort to assist the department with its crime deterrence
efforts and, to that end, has embarked on a series of lighting improvement projects
throughout the Entertainment District; and
WHEREAS, the lighting improvement have been a tremendous success in
deterring criminal activity on those streets where the lighting has been installed; and
WHEREAS, to expand the crime deterrence efforts, the Police Department has
requested that similar action be taken to improve the lighting in Lummus Park; and
WHEREAS, the Public Works Department has identified a light pole and fixture
combination which is approved by the City of Miami Beach Public Works Standards,
known as the Louis Poulsen Albertslund Maxi Post, that has the capacity to provide
the needed lighting improvements, while maximizing energy efficiency and
aesthetic concerns; and
WHEREAS, the Public Works Department has successfully tested the Louis
Poulsen Albertslund Maxi Post lighting system by installing two fixtures on the East
side of Lummus Park and 9th Street; and
WHEREAS, both the Public Works and Police Departments have expressed
their satisfaction with the Louis Poulsen Albertslund Maxi Post system desires to
have the existing Lummus Park lighting replaced these fixtures; and
WHEREAS, in addition to Lummus Park, there are other areas around the City that
require Louis Poulsen replacements, such as Collins Park; and
WHEREAS, in order to secure a contract for the Louis Poulsen lighting, the City
has issued lnvitation to Bid (lTB) 2017-259-ND; and
WHEREAS, bids, in response to the lTB, are expected to be received on or
about June 15,2017;and
WHEREAS, since this is a high priority item to address public safety concerns,
and the Administration would like to secure an order for the lighting as quickly as
possible, the Administration recommends that the City Manager be authorized to
award a contract, pursuant to the lTB, to the lowest responsive, responsible bidder,
upon receipt of bids.
39
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby
authorize the City Manager to award a contract, pursuant to ITB 2017-259-ND, to the lowest
responsive, responsible bidder, for a lighting system replacement at Lummus Park.
PASSED and ADOPTED this day of 2017.
MAYOR
ATTEST:
CITY CLERK
APPROVED AS TO
FORM & LANGUAGE
40
Resolutions - G7 X
MIAAAI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Corrnissioner John Elizabeth Alenun
DATE: June 7,2017
SUBJECT: RESOLUTION TO CHANGE THE PLAYGROUND SURFACE AT ALLISON
PARK FROM ENGINEERED WOOD FIBER TO A POURED.IN-PLACE
RUBBERIZED SURFACE.
ANALYSIS
Please place on the June 7, 2017 City Commission Agenda a Resolution in support
of changing the material for the playground surface at Allison Park over concems of ADA
accessibility for patrons with disabilities and community cats interacting with the proposed
engineered uCIod surface.
The Resolution stems from the June 1 ,2017 monthly Parks and Recreations Facilities Board
Committee meeting wlrere the committee members discussed the resident concems and
passed the following motion unanimously:
To change the playground surface at Allison Park from mulch to a poured-in-place
rubberized sudace.
T he attached resolution proMd es ad d itional details.
Please contact my office at extension6437 for additional information.
Legislative Tracking
Commissioner John Elizabeth Aleman
ATTACHMENTS:
Description
u Resolution
Page 827 of 151 1
41
RESOLUTION NO.
RESOLUTION TO CHANGE THE PLAYGROUND SURFACE AT ALLISON
PARK FROM ENGINEERED WOOD FIBER TO A POURED.IN.PLACE
RUBBERIZED SURFACE.
WHEREAS, on June 1,2017, the Parks and Recreation Facilities Board members discussed
the material being placed on the playground at Allison Park; and
WHEREAS, the members of the Parks and Recreation Facilities Board agreed on
recommending a change in the playground surface material at Allison Park from engineered wood
fiber to a poured-in place rubberized surface; and
WHEREAS, this recommendation stems from residents' concerns over ADA accessibility for
patrons with disabilities and community cats interacting with the engineered wood fiber surface.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND GITY GOMMISSION
OF THE GITY OF MIAMI BEAGH, FLORIDA that the Mayor and City Commission authorize the
Administration to change the playground surface at Allison Park from engineered wood fiber to
poured-in rubberized surface.
PASSED and ADOPTED this day of 2017.
ATTEST:PHILIP LEVINE, MAYOR
RAFAEL E. GRANADO, GITY CLERK
APPROVED AS TO
FORM & LANGUAGE
FOR EXECU
t/>/r+
Page 828 of 1 51 1
42
Resolutions - R7 O
COMMISSION MEMORANDUM
Honorable Mayor and Members of the City Commission
Raul J. Aguila, CityAttorney
June 7,2017
MIAMI BEACH
TO:
FROM:
DATE:
SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
oF M|AMI BEACH, FLORTDA ('.CtTY"), OppOStNG pREStDENT DONALD
J. TRUMP'S WITHDRAWAL OF THE UNITED STATES FROM THE PARIS
CLIMATE AGREEMENT; HONORING AND UPHOLDING THE CITY'S
COMMITMENT TO THE POLICIES, GOALS, AND STANDARDS SET
FORTH IN THE PARIS CLIMATE AGREEMENT; AND REAFFIRMING THE
CITY'S ROLE AS A GLOBAL URBAN LEADER IN EFFORTS TO REDUCE
GREENHOUSE GAS EMISSIONS, MITIGATE THE IMPACTS OF HUMAN
ACTIVITIES THAT CONTRIBUTE TO CLIMATE CHANGE, AND ENHANCE
RESI LI ENCY.
ANALYSIS
Pursuant to the request of Mayor Philip Levine, the attached Resolution has been placed on the
June 7, 2017 City Commission meeting agenda for consideration by the City Commission.
Legislative Tracking
Office of the CityAttomey
Sponsor
Mayor Philip Levine & Co-Sponsored by Commissioner John Elizabeth Aleman
ATTACHMENTS:
Description
o Resolution
Page 1382 of 1511
43
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMil'IISSION OF
THE CtrY OF MIAMI BEACH, FLORIDA ("ClrY"), OPPOSING
PRESIDENT DONALD J. TRUMP'S WITHDRAWAL OF THE
UNITED STATES FROIII THE PARIS CLIiIIATE AGREEMENT;
HONORING AND UPHOLDING THE CITY'S COMMITMENT TO
THE POLICIES, GOALS, AND STANDARDS SET FORTH IN
THE PARIS CLltl,lATE AGREEMENT; AND REAFFIRMING THE
CITY'S ROLE AS A GLOBAL URBAN LEADER IN EFFORTS
TO REDUCE GREENHCIUSE GAS EMISSIONS, MITIGATE THE
IMPACTS OF HUMAN ACTIVITIES THAT CONTRIBUTE TO
CLIMATE CHANGE, AND ENHANCE RESILIENCY.
VITHEREAS, climate change has been the focus of decades of intensive study by
scientists worldwide, and has been intemationally recognized as one of the earth's most critical
problems; and
WHEREAS, at the 2015 United Nations Climate Change Conference ("COP 21"),
representatives from 195 countries around the world approved the text of a landmark agreement
in Paris that requires long-term global efforts to address climate change by taking steps to avert
and minimize the devastating effects of sea level rise by lowering planet-warming greenhouse
gas emissions ("Paris Climate Agreement'); and
WHEREAS, since the 2015 conference in Paris, 147 ol the 197 parties to COP 21
(including the United States) have ratified the Paris Climate Agreement; and
WHEREAS, the Paris Climate Agreement's central aim, according to the United Nations
Framework Convention on Climate Change, is "to strengthen the global response to the threat
of climate change by keeping a global temperature rise well below 2 degrees Celsius above pre-
industrial levels and to pursue efforts to limit the temperature increase even further to 1.5
degrees Celsius. Additionally, the agreement aims to strengthen the ability of countries to deal
with the impacts of climate change"; and
WHEREAS, holding the increase in global average temperature to these levels would
significantly reduce the risks and impacts of climate change; and
WHEREAS, cities and urban areas are in a unique position to combat climate change,
because cities and urban areas are responsible for producing 70% of climate-changing
greenhouse gas emissions; and
WHEREAS, the City of Miami Beach is an urban leader in addressing and responding to
the actual and measurable impacts of sea level rise and other impacts of climate change by
amending building and land development codes to increase resiliency standards, and by
investing over $400 million in stormwater infrastruc'ture projects, which include installing new
stormwater pump stations, retrofitting outfalls with backflow preventers, and elevating roads to
reduce flooding in the City; and
Page 1383 of 1511
44
WHEREAS, the City is a party to the Compact of Mayors, which is the world's largest
cooperative effort among mayors and city leaders to reduce greenhouse gas emissions, track
progres$, and prepare for the impacts of climate change; and
WHEREA$, the City has taken steps to aggressively address climate change and
renewable energy! and to reduce our community's carbon emissions, by completing the City's
first greenhouse gas inventory and providing a Property Assessed Clean Energy (PACE)
program for residents and businesses; in addition, the City is in the process of setting
greenhouse gas emissions targets and developing a climate aclion plan; and
WHEREAS, despite the overwhelrning body of evidence on climate change and its
threats to the environment and humanity, on June 1,2017, U.S. President Donald J. Trump
announced that he would withdraw tl're United States from participation in the Paris Climate
Agreement; and
WHEREAS, in response to the President's announcement, at least 88 Mayors, including
Miami Beach Mayor Philip Levine, all of whom represent 43 million Americans, signed a pledge
to "adopt, honor, and uphold the comrnitments to the goals enshrined in the Paris Agreement";
and
WHEREA$, the Mayors vowed to "build and strengthen relationships around the world
to protect the planet from devastating climate risks"; and
WHEREAS, notwithstanding the President's announcement, the Mayor and City
Commission of the City of Miami Beach hereby commit to the policies, goals, and standards set
forth in the Paris Clirnate Agreement.
NOW, THEREFORE, BE IT DULY RESOLVED BY THT MAYOR AND THE CITY
coMMtssloN oF THE ClTy OF MIAMI BEACH, FLORIDA, that the Mayor and city
Commission hereby oppose President Donald J. Trump's withdrawal of the United States from
the Paris Climate Agrbement, honor and uphold the City's commitment to the policies, goals,
and standards set forth in the Paris Climate Agreement, and reaffirm the City's role as a global
urban leader in efforts to reduce greenhouse gas emissions, mitigate the impacts of human
activities that contribute to climate change, and enhance resiliency.
PASSED AND ADOPTED this daY of
ATTEST:
RafaetE. Granado
City Clerk
(Sponsored by Mayor Philip Levine)
F:\ATT0\(ALN\RESOLUTIONS\Pa'iS Climate Agreement^docx
2417.
Philip Levine
Mayor
APFROVEDASTO
FONM & LANGUAGE
&FORE(rcUIKN
5- z-t+
Dtb
Page 1384 of 1511
l\)p
45
THIS PAGE INTENTIONALLY LEFT BLANK
46
Resolutions - R7 P
COMMISSION MEMORANDUM
Honorable Mayor and Members of the City Commission
Raul J. Aguila, CityAttorney
June 7,2017
AAIAAAI BEACH
TO:
FROM:
DATE:
SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
oF MtAMt BEACH, FLORTDA (',CtTY"), OPPOSTNG PRESTDENT DONALD
J. TRUMP'S WITHDRAWAL OF THE UNITED STATES FROM THE PARIS
CLIMATE AGREEMENT; REAFFIRMING THE CITY,S COMMITMENT TO
REDUCE GREENHOUSE GAS EMISSIONS, MITIGATE THE IMPACTS OF
HUMAN ACTIVITIES THAT CONTRIBUTE TO CLIMATE CHANGE, AND
ENHANCE RESILIENCY AND RESPECTFULLY URGING GOVERNOR
RICK SCOTTAND THE FLORIDA LEGISLATURE TO JOIN THE GROWING
LIST OF STATES SEEKING TO MEET OR EXCEED THE GOALS OF THE
PAR I S CLI MATE AG REEMENT.
ANALYS!S
Pursuant to the request of Commissioner Micky Steinberg, the above-referenced Resolution
has been placed on the June 7, 2017 City Commission meeting agenda.
Leoislative Trackino
Office of the CityAttomey
Sponsor
Commissioner Micky Steinberg
ATTACHMENTS:
Description
o Resolution
Page 1385 of 1511
47
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF
THE CITY OF MIAMI BEACH, FLORIDA ("ClrY"), OPPOSING
PRESIDENT DONALD J. TRUMP'S WTTHDRAWAL OF THE
UNITED STATES FROM THE PARIS CLIMATE AGREEMENT;
REAFFIRMING THE CITY'S GOMMITMENT TO REDUCE
GREENHOUSE GAS EMISSIONS, MITIGATE THE IMPACTS OF
HUMAN ACTIVITIES THAT CONTRIBUTE TO GLIMATE
CHANGE, AND ENHANGE RESILIENGY; AND
RESPECTFULLY URGING GOVERNOR RICK SCOTT AND THE
FLORTDA LEGISLATURE TO JOIN THE GROWING LIST OF
STATES SEEKING TO MEET OR EXCEED THE GOALS OF
THE PARIS CLIMATE AGREEMENT.
WHEREAS, climate change has been the focus of decades of intensive study by
scientists worldwide, and has been internationally recognized as one of the earth's rnost critical
problems; and
WHEREAS, at the 2015 United Nations Climate Change Conference ("COP 21'),
representatives from 195 countries around the world approved the text of a landmark agreement
in Paris that requires longterm global etforts to address climate change by taking steps to avert
and rninimize the devastating effects of sea level rise by lowering planet-warming greenhouse
gas emissions ("Paris Climate Agreement"); and
WHEREAS, since the 20'15 conference in Paris,147 of the 197 parties to COP 21
(including the United States) have ratified the Paris Climate Agreement; and
WHEREAS, the Paris Climate Agreement's central aim, according to the United Nations
Framework Convention on Climate Change, is "to strengthen the global response to the threat
of climate change by keeping a global temperature rise well below 2 degrees Celsius above pre-
industrial levels and to pursue efforts to limit the temperature increase even further to 1'5
degrees Celsius. Additionally the agreement aims to strengthen the ability of countries to deal
with the irnpaets of climate change"; and
WHEREAS, holding the increase in global average temperature to these levels would
significantly reduce the risks and impacts of climate change; and
WHEREAS, cities and urban areas are in a unique position to comhat clirnate change,
because cities and urban areas are responsible for producing 70% of climate-changing
greenhouse gas emissions; and
yVHEREAS, the City of Miami Beach is an urban leader in addressing and responding to
the actual and measurable impacts of sea level rise and other impacts of climate change by
amending building and land development codes to increase resiliency standards, including
without limitation (i; increased minimum height, open space, and landscape requirements, (ii)
new electric vehicle parking requirements, and (iii) a groundbreaking requirement that new
construction larger than 7,000 square feet and ground floor additions largerthan 10,000 square
feet must meet applicable LEED or International Living Future lnstitute standards, or pay a
sustainability fee; and
Page 1386 of 1511
48
WHEREAS, the City has committed to investing in stormwater infrastructure projects
with an estimated value of $400 million to reduce flooding in the City; and
WHEREAS, the City has taken steps to aggressively address climate change and
renewable energyr and to reduce our community's carbon emissions, by completing the City's
first greenhouse gas inventory and providing a Property Assessed Clean Energy (PACE)
program for residents and businesses; in addition, the City is in the process of setting
greenhouse gas emisslons targets and developing a climate action plan; and
WHEREAS, despite the ovenrvhelming body of evidence on climate change and its
threats to tho environment and humanity, on June 1 , 2017, U,S. President Donald J, Trump
announced that he would withdraw the United States from participation in the Paris Climate
Agreement; and
WHEREAS, notwithstanding the President's announcement, the Mayor and City
Commission of the City of Miami Beach hereby commit to the policies, goals, and standards set
forth in the Paris Climate Agreement; and
WHEREAS, the State of Florida, while acknowledging sea level rise, has not recognized
the devastating impacts facing the State due to climate change; and
WHEREAS, in view of the unique vulnerability of the State of Florida to climate change
and sea level rise as the nation's third-most populous state, with twothirds of its nearly 20
million residents living in coastal communities, and due to Southeast Florida's porous limestone
geology, the Mayor and City Commission of the City of Miami Beach respectfully urge Governor
Rick Scott and the Florida Legislature to join world and local leaders by recognizing and
acknowledging global climate change as an immediate concern to the State and to take actions
that will protect the people of Ftorida from the devastating impacts of global warming; and
WHEREAS, accordingly, the Mayor and City Commission respectfully urge Governor
Rick Scott and the Florida Legislature to join the growing list of states seeking to meet or
exceed the goals set forth in the Paris Climate Agreement.
NOW, THEREFORE, BE tT DULY RESOLVED BY THE MAYOR AND THE CITY
COMMTSSION OF THE clTY OF llltlAMl BEACH, FLORIDA, that the Mayor and City
Commission hereby oppose President Donald J. Trump's withdrawal of the United States from
the Paris Climate Agreernent; reaffirm the City's commitment to reduce greenhouse gas
emissions, mitigate the impacts of human activities that contribute to climate change, and
enhance resiliency; and respectfully urge Governor Rick Scott and the Florida Legislature to join
the growing list of states seeking to meet or exceed the goals of the Paris Climate Agreement
PASSED AND ADOPTED this daY of
ATTEST:
,2017.
Philip Levine
Mayor
Rafael E. Granado
City Clerk
(Sponsored by Comrnissioner Micky Steinberg)
Page 1387 of 1511
49
THIS PAGE INTENTIONALLY LEFT BLANK
50