Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
�ita a MiaItii ANNIE PEREZ, CPPO Pmeurement Director ARTHUR NORIEGA V City Manager CITY OF MIAMI'S SUPPLEMENTAL AGREEMENT TO BID CONTRACT FB-00664 BETWEEN MIAMI-DADE COUNTY, FL AND MBGC, LLC d/b/a MINERVA BUNKER GEAR CLEANERS The City of Miami ("City") is accessing the above -mentioned Agreement for the provision of Bunker Gear Cleaning, Inspection and Repair Services for the Department of Fire -Rescue ("Fire"). That certain Contract titled "Cleaning and Repair of Bunker Gear" MDC and MBGC, LLC d/b/a Minerva Bunker Gear Cleaners ("MBGC"), made and entered effective as of August 1, 2018 is attached hereto and is incorporated by reference herein. This supplement is to the Services Contract between MDC and MBGC, which includes City of Miami legal requirements. The term of this Contract is as stated in Section 2.2 of the Contract.. The effective date of access by the City of Miami is . 2020. 1. All references to "Miami Dade County", shall be deleted and replaced with "the City of Miami", or "the City", as applicable. 2. MBGC's Responsibilities: A. MBGC has agreed to furnish the services as further described in MDC contract number ITB No. FB- 00664 ("Bunker Gear Cleaning and Repair"), as indicated in Section 3,1 and 3.2, Invitation to Bid as attached. B. MBGC will provide products to the City in an amount equal to the costs identified in the Bunker Gear Cleaning and Repair Contract, Tabulated Results and amendments. C. MBGC's responsibilities shall commence on the effective date of this agreement. 3. Section 1.21 titled "Indemnification" is hereby deleted in its entirety and replaced with the following language: Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees( collectively "Indemnitees"), from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, Injuries or damages arising or resulting from the permitted Work, or from any alleged failure to comply with applicable federal, state and local laws, rules, regulations, codes, and ordinances (collectively "regulations"), as they may be amended from time to time , even if it is alleged that the City, its officials, and employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Contractor to defend, at its own expense, to and through trial, administrative, regulatory, appellate, supplemental and bankruptcy proceedings, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Contractor, or persons employed or utilized by Contractor. These duties will survive the cancellation or expiration of the Agreement. This Section will be interpreted under the laws of the State of Florida Contractor shall require all sub -Contractor agreements to include a provision that each sub -Contractor will indemnify the City in substantially the same language as this Section. Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractors actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City, in no way, assumes or shares any responsibility or liability of the Contractor or sub -Contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Contractor. 4. Section 1.22 titled "Insurance Requirements" is hereby „deleted in Its entirety and replaced with the following language: MBGC shall furnish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: 1. Commercial General Liability Page 2 Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Products/Completed Operations Personal and Advertising Injury Endorsements Required City of Miami included as an Additional Insured Contingent and Contractual Liability Premises and Operations Liability Primary and Non -Contributory Insurance Clause Endorsement Additional Insured Endorsement naming the City of Miami provided. II. Business Automobile Liability Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident Endorsements Required City of Miami included as an Additional Insured III. Umbrella/Excess Liability (Excess Follow Form) Limits of Liability Each Occurrence Aggregate $1,000,000 $2,000,000 $1,000,000 $1,000,000 as an additional insured must be $1,000,000 $1,000,000 $2,000,000 Additional Insured Endorsement naming the City of Miami as an additional insured must be provided. IV. Workers' Compensation Limits of Liability Statutory - State of Florida Employer's Liability Limits of Liability $100,000 for bodily injury caused by an accident, each accident. $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit Professional/Errors and Omissions Combined Single Limit Each Claim General Aggregate Limit $1,000,000 $1,000,000 Page 3 Retro Date Included Network Security and Privacy Injury (Cyber Liability) If Applicable Each Claim $1,000,000 Policy Aggregate Retro Date Included $1,000,000 Consultant agrees to maintain professional liability/Errors & Omissions coverage, along with Network Security and Privacy Injury (Cyber) coverage, if applicable, for at least 2 years after termination of the contract period subject to continued availability of commercially reasonable terms and conditions of such coverage. The above policies shall provide the City of Miami with written notice of cancellation or material change in accordance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. The City shall retain the right to modify respective insurance limits based upon the provider's actual loss experience. Upon receiving the City's notice to increase insurance limits, the provider must produce evidence of compliance within 10 days of such notice. NOTE: CITY BID/ RFP NUMBER ANWOR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Provider of liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Provider shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, at its discretion, the City shall: Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation for Bid, or, Terminate this contract for cause and seek re -procurement damages from the Provider in conjunction with the General and Special Terms and Conditions of the Bid. The Provider shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period, including any and all option terms that may be granted to the Provider. Page 4 5. Section 1.49 titled "Public Records and Contracts for Services Performed on Behalf of Miami -Dade Coun is hereby deleted In Its entlEpW and replaced with the following language: A. MBGC understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Vendor(s)'s failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. MBGC shall additionally comply with Section 119.0701, Florida Statutes, including without limitation; (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement if MBGC does not transfer the records to the City; (4) upon completion of the Agreement, transfer, at no cost, to the City all public records in possession of MBGC or keep and maintain public records required by the City to perform the service, if MBGC transfers all public records to the City upon completion of the Agreement, MBGC shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if )MBGC keeps and maintains public records upon completion of the Agreement, MBGC shall meet all applicable requirements for retaining public records, all records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Notwithstanding the foregoing, MBGC shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Vendor(s) determine to dispute any public access provision required by Florida Statutes, then MBGC shall do so at its own expense and at no cost to the City. IF Vendor(s) HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO VITAC'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. VITAC MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. Page 5 SECTION 2 CHANGES TO BOILER PLATE I. Section 2.6 titled "Pickup/Del !veRequirements" Is hereby deleted in its entirety and replaced the following language: All pickups and deliveries will occur at City of Miami Fire -Rescue Department (Support Services Division); 1151 NW r St, Miami, FL 33136; phone 305-416-5460, cell 305-761-4704 cell. Between the hours of 8 AM and 3 PM Monday -Friday. 2. Section 2.7 titled "Location of Current Stations" is hereby deleted in its entirety. 3. Section 2.15 titled "Notices". is hereby added with the following language: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery of by registered or certified US Mail, return receipt requested, address to the other party at the address indicated herein or to such other address as a party my designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or if by mail on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO THE CITY: Arthur Noriega V City Manager 3500 Pan American Drive Miami, Florida 33133 Victoria Mdndez City Attorney 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Joseph F. Zahralban Fire Chief City of Miami, Fire -Rescue Department 1151 NW Th St, Miami, FL 33136 TO MBGC: MBGC, LLC d/b/a Minerva Bunker Gear Cleaners 3795 NW 380, Street Miami, FL 33142 Attn.: Joseph Xiras Page 6 4. Section 2.16 titled "Funding" is hereby added with wording with the following language: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws, city programs or policies , or regulations, upon thirty (30) days written notice. 5. Section 2.17 of the Contract titled "Force Majeure". is hereby added with the following Ian ua e: Turbulence, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 6. Section 2.18 of the Contract titled "No Conflict of Interest", Is hereby added with the following language: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, MBGC hereby certifies to the City that no individual member of MBGC, no employee, and no subcontractors under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. MBGC hereby represents and warrants to the City that throughout the term of this Agreement, MBGC, its employees, and its subcontractors will abide by this prohibition of the City Code. 7. Section 2.19 of the Contract titled "No Third-Paft Beneficiary", is hereby added with the following language: No persons other than NPEE and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 8. Section 2.20 of the Contract titled "Survival", is hereby added with the followina language: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 9. Section 2.21 of the Contract titled COUNTERPARTS; ELECTRONIC SIGNATURES_, is hereby added with the following Ian ua w This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose Page 7 name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized. MBGC, LLC d/b/a Minerva Bunker Gear Cleaners: CITY OF MIAMI, a municipal corporation: BY: J 1 BY: Arthur Noriega V, City Manager DATE: DATE: ATTEST: orporate Secretary/Notary Public ATTEST: Todd Hannon, City Clerk Corporate Seal/Notary Seal APPROVED AS TO INSURANCE REQUIREMENTS: A GONZALEZ NOWT POW SOW of New Vwt Ann -Marie Sharpe, Director No.01GO6213214 Qrdiw it Qaee" C rr Risk Management Commhdm Expires APPROVED AS TO LEGAL FORM AND CORRECTNESS: Victoria Mendez, City Attorney Page 8 ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECKLIST CONTRACT NO.: M DC F B-0664 PROCUREMENT CONTRACTING OFFICER: Richard McLaren DATE SUBMITTED: 01 /11 /2021 TITLE: Inspection, Cleaning and Repairing of Fire Bunker Gear Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package ❑ Award Summary Form for Director or City Manager (if applicable) ✓❑ Agenda Item Summary Form (for Commission Approval — if applicable) ✓❑ Resolution (for Commission Approval — if applicable) ✓❑ Copy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package ✓❑ Copy of Tally/Evaluation Results (score sheets, ranking or summary) ✓❑ Copy of Contract's Advertisement & Distribution information ✓❑ Copy of Contract/Solicitation Being Accessed ✓❑ Copy of Award Sheet/Approval Documents ✓❑ Copy of Proposal/Bid NOTES: 8 APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. 4- Annie Perez, CPPO Director, Department of Procurement 10/8/14 Miami -Dade County Supplier Invited Packet - FB-00664 Invited Supplier Report Bid #FB-00664 - Cleaning and repair of bunker gear [340-94] Washing Equipment for Face Masks, etc. [954-20] Dry Cleaning Service [990-79] Sanitizing and Disinfecting Services, Security, Fire, Safety and Emergency clerk of board Company Phone 3752356 Company Fax Company Contact clerk board Address 111 nw 1 st street clerk@miamidade.gov miami, FL 33128 Ph Qualifications Supplier Code Gloves, Inc. Company Phone 9449186 Company Fax Company Contact Melissa Exum Address 1950 Collins Blvd. melissa@glovesinc.com Austell, GA 30106 Ph 770-944-9186 Qualifications Supplier Code MINERVA BUNKER GEAR CLEANERS Company Phone 917-687-321 1 Company Fax Company Contact JOSEPH XIROS Address 3795 NW 38 STREET MBGC@BUNKERGEARCLEANERS.COM MIAMI, FL 33142 Ph 917-687-3211 Qualifications Supplier Code 800680015 01 Minerva Bunker Gear Cleaners Company Phone 728-7400 Company Fax Company Contact Giorgio Palmisano Address 780 East 134th Street giorgio@bunkergearcleaners.com Bronx, NY 10454 Ph 718-728-7400 Fax 718-728-7408 Qualifications Supplier Code 562395016 01 Minerva Bunker Gear Cleaners Company Phone 728-7400 Company Fax Company Contact joe xiras Address 780 E134 st joe@bunkergearcleaners.com Bronx, NY 10454 Ph 718-728-7400 Qualifications Supplier Code Vendor Services Company Phone 305-375-5773 Company Fax Company Contact Vendor Services Address 111 NW 1ST STREET ISD-VABIDS@miamidade.gov Miami, FL 33128 Ph 305-375-5773 Qualifications Supplier Code 2/12/2020 5:42 AM P. 1 Bid No.: FB-00564 Bid TsSa: Cleaning and Repair of Bunker Gear 'Bid Opening Date: 2/2/18 / g �'/v/i viThis Prepared by: A. Rodriguez Verified by. ¢-irk C,7`.C>, G-r pvl 2ogl e "iiof Verified by: Vendor Name Vendor FEIN ADPICS Address: _ Were all Affidavits Submitted: W _ Indicate SBD Certification: Conviction Disclosure (Yes/No): Registered Vendor (Yes/No): _ Local Preference, Locally Headquartered Affirmed (Yes/No): Vendor Contact: Vendor Contact Phone Number: Vendor Contact Email: Vendor Contact Fax Number: - -- -- ____..._.__......Gloves, Inc. 58.1262376 PO Box 483 A_ustell, GA. 30106 Yes, incomplete _ NoNo No Yes Yes/No David Clark _ 770-944-9186 david@alovesinc.com tally sheet is an indication of prices the awarded responsive and resp4 -: Xeros High Performance Workwear ,..__._.,_.._ d/b/a MarKen PPE 82-1924995 _ _ Yes, incomplete No µ No No/No Benita Beeman 702-578-9597 bbeeman(@markenent.com only, it is not a determination risible bidder. i---`- MBGC, LLC. (Minerva Bunker Gear Cleaners) __ 80-0680015 3795 NW 38 St. Miami, FL. 33142 _ Yes, incomplete N_o No Yes __ YesNes Joseph Xiras 305-851-8281 ioe(a)bunkereearcleaners.com _ Is this Bid Responsive (If no, state reason): Collusion Affidavits: ... _ _..,.,_..,_....-....--._ .�... ---- _._.. Insurance Cerficate: .._.,,._.__ __. ........_ NA NA NA Incumbent Vendor (Yes/No): No _ No _.._....-....__--- Yes UnrtPnce Unit Price Unit Price Item Quantity Description Each Total Each Total Each Total 1 1,500 ,Advanced Cleaning - Complete Set (1 $69.00 $103,500.00 $99.00 $148,500.00 $0.00 _. $0.00 jacket and 1 pair of pants) 2 50 'Biohazard Decontamination Cleaning - $20.00 $1,000,00 $6100 $3,150.00 $13 50 $675.00 Complete Set (1 jacket and 1 pair of pants) Heavy Soil/Removal Cleaning - Complete Set (1 3 10 jacket and 1 pair of pants) $20.00 $200 00 $0.00 $0.00 $15 50 $155.00 4 1,500 'Advanced Cleaning Hood $1.00 ------------ $1,500 00 $0.00 $0.00_ $3 80$5,700.00 5 5 Advanced Cleaning Coat $34.50 $172.50 $46.50 $232.50 S31.50 $157.50 6 ---- 5 'Advanced Cleaning Pant -- $34.50 $172.50 $46.50 $232,50 $31.50 $157.50 7 5 'Advanced Cleaning Fire Gloves -_-- $2.00 I $10.00 $0.00 ----- - -------- $0.00 $5 50 .__ $27.50 8 5 'Advanced Cleaning Rubber Boots _ $10.00 i $50.W $37.00 $185,00 $23.00 $115,00 9 5 'Advanced Cleaning Leather Boots $25.00 _ $125.00 $59.50 $297.50 $23.00 i $115.00 10 5 Advanced Cleaning Helmets $21.00 j $105.00 $37.00 $185.00 $23.O0 $115.00 11 5 lAdvanced Cleaning Belt $1.00 $5.00 $0,00 $0.00 _ - ..,.-_-....-..._. $1 75 $8.75 12 40 Coat Shell Repair Collar $9.00 $360,00 _ $44.25 $1 770.00 -� $80.00 13 438 Coat Shell Repair Flashlight Strap w/Velcro & $18.00 $7,830.00 $37.00 $16,095.00 $1.00 $435.00 Snap 14 5 Coat Shell Replace Hanging Hook $4.00 $20.00 $7.00 $35.00 $6.00 $30.00 15 60 Coat Shell Install Rescue Harness $5.00 $300.00 $89.00 $5,340.00 $0.00 16 10 Coat Shell Replace Mic/Tool holder $10.00 $100.00 $9.25 $92 50 $10.50 $105.00 Hook/Drag/Loop 17 75 Coat Shell Repair Shoulder Pad $31.0 325.00 $45.00 $3,375.00 $0.00 18 5 Coat Shell Replace Storm Flap-D-Ring $9.00 $45 00 $14.25 $71.25 $2 00 _$0.00 j $10 00 19 420 Coat Shell Replace Storm Flap -Hook or Loop $35.00 ; $14,700.00 $19.50 $8,190.00 $14.50 m _ _ 20 30 Coat Shell Replace Storm Flap -Zipper $46.00 $1,380.00 $38.00 $1,140.00 $34.50 _$6,090.00 $1,035.00 21 5 Coat _Replace Take-up Strap Shell $7.00 _. $35 00 $22.00 $110.00 $5.00 _ $25.00 22 5 Coat Shell Replace Take-up Strap Buckle $5.00 $25.00 $11.00 $55.00 $2 00 $10.00 23 S Coat Shell Replace Throat Closure -Entire $15.00 $75.00 $41.00 $205 00 $11.25 $56'.25 --- (Hook or Loop) --- .. 24 5 Coat Shell Replace Name Patch - Blank $14.00 $70.00 $32.50 $162.50 S23 OC $115.00 Attached w/Hook &Loop 25 5 Coat Shell Replace Name Patch - Blank Sewn $13.00 $65.00 $17.35 '.. $86.75 $13 5C $67.50 On 26 5 Coat Shell Replace Reflective Letter on Name $8.00 $40.00 $3.25 $16.25 $550 $27.50 Patch 27 5 Coat Shell Replace Reflective Letter on Shell $8.00 $40.00 $3.25 $16.25 $5.50 $27.50 T 28 5 Coat Shell Replace Pocket- Bellows (Full) $20.00 $100.00 $69.00 $345.00 _ S48 00 $240.00 29 25 Coat Shell Replace Pocket - Bellows (Semi) $20.00 $500.00 $52.00 $1,300.00 _ $2.00 $50.OD 30 20 Coat Shell Replace Pocket - Hand Warmer _ $20.00 $400.00 $39.00 $780.00_ $2 00 $40.00 31 10 Coat Shell Replace Pocket - Radio _ _ $20.00 $200.00 $38.00 $380.00�� $28 OC $280.00 32 5 ;';,Coat Shell Replace Entire Sleeve $55.00 $275 00 $119.00 $595.00 857.00 $285.00 33 10 'Coat Shell Replace Cuff $19.00 $190.00 $26.50 $265.00 $21 OC $210.00 34 20 Coat Shell Replace Cuff w/Hook and Loop & $12.00 $240.00 $34.00 $680.00 $2.00 $40.O0 '.Snap 35 30 Coat Shell Replace Elbow Pad - 2 Piece $18.00 $540.00 $31.50 $945.00 $0.00 $0.00 w/Seam, 36 30 Coat Shell Replace Elbow Pad External $15.00 $450.00 $22,00 $660,00 $0.00 $0.00 37 30 Coat Shell Replace Elbow Pad Sewn In $35.00 _ _$1,050.00 $27.00 $810.00 $3,00 $90.00 38_ 20 Coat Shell Replace Water well Only $15.00 $300.00 $35.00 $700.00 $5.00 $100.00 39 5 Coat Shell Replace Water well w/Wristlet $35.00 $175,00 $40.00 $200.00 $5 00 _ $25.O0 40 20 Coat Shell Replace Wristlet Only $25.00 ; $500 00 $20.00 $400,00 524.00 $480.00 41: 10 Coat Shell Refl. Trim -Remove & Replace $7.00 $70.00 $224.99 $2,249.90 $1.00 $10.00 - Hardware 42 10 - Coat Shell Refl. Trim -Remove & Replace $10.00 $100.00 $81.50 _.--- $815.00 $11 00 - $110.00 Pocket 43 30 - Coat Shell Attach Reflective Flag $9 0 0---_ __,___ $270 00_,__.__. $15.25 ;_-_„_--- $457,50-,., _.____ $7.00 $210.00 44 10 Coat Shell Replace Refl. Trim -one Band on $64.00 $640.00 $95.00 $950,00 $7.00 $70.00 Coat (Pleated Back) 45 180 Coat Shell Replace Refl. Trim -one Band on $40.00 $7 200 00 $84.00 $15,120.00 $42.00 $7,560.00 Coat (Standard) 46 25 _ '.Coat Shell Replace Refl. Trim -Vertical Band $50.00 i $1,250.00 $55.00 h $1 375 00 $27.00 $675.00 47 270 'Coat Shell Replace Refl. Trim -Over Pocket $29.00 $7,830.00 $69.00 i,i_ $18,630.00 $24.00 _ $6,480.00 48 180 Coat Shell Replace Refl. Trim -Under Pocket $22.00 $3,960.00 $55.00 _ $9 900 00 $13.50 $2,430.00 49 170 jCoat Shell Replace Refl. Trim -Over Storm Flap $34,00 $5,780.00 $84.00 $14,280.00 $6,00 $1,020.00 50 5 ':. Coat Liner Replace Hook or Loop on Collar $12.00 $60 00 $24.00 _ _ $120 00 $14 00 $70 00 51 10 Coat Liner Replace Zipper $44.00 $440.00 _ - $52.00 $520.00 $29 50 $295.G0 52 5 Coat Liner Heat Seal Water well in Sleeve $7.00 .. $35 00 $7.25 _ •,$36.25 $1.00 ! $5.00 -------- 53 5 --_-.__-- '�� Coat Liner Replace Hook or Loop on Cuff $10.00 ------- -----_-_- 56.00 $24.00 _ --__. $120.00 _ _ ___ $10.00 _.._..- ----$5.00 $50.00 54 5 Coat Liner Replace Water well Only $19.00 I $95.00 $35.00 i $175.00 $3 00 $15.00 Gloves, Inc. Xeres High Performance Workwear MBGC, LLC. (Minerva Bunker Gear d/b/a MarKen PPE Cleaners) V-56-2 5 Coat Liner Replace Water well wMrristlet $45.00 $975.00 $40.00 $200.00 $3 $15.00 5 CoatLnerReplaceWrstletOnly $39.00 $97500 $20.00 - $500.00 .0 $22 00 $550.00 Pant Shell Replace Fly-D-Ring _ ---_._ $9.OG$18000 _, --_.......__20 $5.00 $100.00 $20000 Pant Shell Replace Fly Hook or Loop $35.00 $21000 00 $31_505 Pant Shell Replace Fly - Zipper Stop or Tab $200 $10 00 $25 00 $125.00 $1 00 $5.00 60.. 120 Pant Shell Replace Suspender Button _ $7.O0 $840 00 $4.50 $540.00 $0 00- 61 20 Pant Shell Attached Boot Access Panel $75,00 $1,500.00 -__ $132.00 $2,640.00 $10.00 $200.00 _ w/Zipper 62 100 Pant Shell Replace Cuff $18.00 $1,800.00 $26.00 $2,600.00 $17 00 $1 700.00 63 2201 Pant Shell Replace Knee Pad External $29.00 $6,380.00 $31.50 $6,930.00 $1.00 $220.00 64 5 Pant Shell Replace Knee Pad Padded $30.00 1 $150 00 $65.00 $325.00 _. $1 00 $5.00 65 20 :Pant Shell Replace Knee Pad Sewn In ---- $55.00 $1,100 00 $75.00 $1,500.00 _ _ $41 00 $820.00 66 5 Pant Shell Replace Knee Steam Channel - $30.00 $150.00 $89.00'., $445.00 $0 00 $0.00 Make Complete 67 _10 Pant Shell Replace Kneead Fly P- Hook _ $9.00 $90 00 $32.00 50 $325 00 $2 00 $20.00 68 5 Pant Shell Replace Pocket -Bellow (Semi) _ $45.00 } $225 00 __._. $5200 _ $32.00 $160.00_____ 69 350 Pant Shell Replace Reflective Trim - One Band $35.00 $12250.00 _$260 , $30.25 $10,587.50 _ $27.75 $9,712.50 on Leg 70 25 Pant Shell Replace Reflective Trim - Vertical $35.00 $875.00 $50.25 $1,256.25 $26 00 $650.00 Band 71 10 Pant Shell Replace Zipper $24.00 $240.00 $38.00 $380.00 $23.O0 $230.00 72 25 Replace Misc. Hole or Tear Large $20.00 $500 00 $23.00 $575.00 $14 00 $350.00 73 160 Replace Misc. Hole or Tear Up to 3x3 _ _ $13.00 $2 080,00 $19.50 $3,120.00 $14 DG $2,240.00 74 2220 _ Replace Misc. Hookor Loop up to 12 inches $15.00'- $33 300Y00„ $13.50 $29 970.G0 $9 00 $19,98C.OD 75 4015 Replace Misc. Hole or Loop up to 2x2 _ $9.00 $36,135.00 -- _ ._-... 0 _ _ $13.50 $54,202.50 ...... .---- $4 75 $19,071.25 76 15 Misc. Sewing -Repair Pocket (per 15 min.) _ Y .._--._--- $25.00 $375.00 _.._._..... $9.50 $142.50 $225.00 77 130 Replace Small Hardware (Rivets, Snaps, 'Grommet) $8.00 -, $1,040.00 $3.00 $390.00 $400 - $520.00 78 20 IlReplace Pocket Flat Only _ $7.00 $140.00 $12.00 ' $240.00_ $2.00 $40.00 79 15 Replace Pocket -Neoprene Liner Only $10.00 j $150.00 $22.00 $330.00 _ $1 00 $15:00 80 5 Replace Pocket - Reinforcement $22.00 $110.00 _ _$25.00 $125.00____ 81 20 Replace Snap w/ Liner Attachment Strap in $6.00 $120.00 $T00 '.. $140.00 $400 $80.00 Sleeve/Leg 82 5 Replace Binding - per 12 inches $13.00 $65.00 $13.00 $65.00 $4 00 $20.00 i$3,91 83 435 - Heat seal -per 12 inches _ ._ �_.....,.-. $10.00 $4 350 00 -__. __- .-_... __.,.-.5 $13.50 $5 872.50 $9 00 $3 915.00 84 - 130 Suspender Button_ $9.00 '. $1 170.00� $5.00 $650.00 $4.00 � � $520.00 After Hours Emergency Services call (Per 85 1 Section 2.0 paragraphs 2.11) - Flat fee based $200.00 $200.00 n/a n/a $375.00 $375.00 Ion any request outside of normal business .',.hours 86 12 '. Monthly charge for vendor managed inventory service $3,DDO.p0 $36,000.00 _ - - $4,250.00 $51,000.00 i _ TOTAL $330,675.00 $504,785,40 i $156,073.75 --.. _ -- _ Xeros - Bidder did not use correct pricing pages resulting in not acknowledging item #86. No number in item 85, Lion Submitted a No Bid _- _ ... -_ I --- This tally sheet is an indication of prices only, it is not a - determination of the awarded responsive and responsible ------ ,bidder. ----. ----. _ -- ----- --- ---- --'r- ----. ---_ -- ----- --- Miami -Dade County FB-00664 Bid Contact Giorgio Paimisano Address 780_E"t 134th Street giorgio@bun:kergeaeclear ers.com Bronx; NY 10454 Ph 71&309-502 ... Item Line Item Notes Unit Price Qty/Unit Attch. Docs FB-00664 0.1.01 Cleaning and Repair of Supplier First Offer 1 I each Y Y Bunker Gear Product Code: Supplier Total $0.00 2/6/2018 BidSync p. 3 Miami -Dade County F B-00664 � ��, �, ;. -,.r ' � `x-P,�:r �' j"y. t, � � � .��1�:'.r' ,i-'t },�w'��..,..'r'� �a��, � yam.,,, - a'��'�'^✓�'��'✓ r^ e� `"�`'a�- w"'7� e� � ���+..s ;;, RepairItem: Cleaning and of 2/6/2018 BidSync p• 4 Miami -Dade County FB-00664 Replace Section 4, Pricing Section with the attached. SECTION 4 Pricing Reference Bidder Requirements Requirements Included with Bid Section 2, Bidder shall submit with its bid proposal form a copy Letter/Certificate Paragraph of letter or certificate documenting the stated submitted: 2.3A requirement by are independent third party including Intertek, Underwriters Laboratories, etc. Attach certificate] letter that your firm is authorized by See attached Globe See attached Section 2, Paragraph Globe Manufacturing Company and Lion 2.3B Manufacturing. Lion See attached Reference 1 Section 2 Company Name Broward County Fire Rescue Paragraph Telephone Number 954-327-8715 2.3C Email Address Vincent_Cinque@sheriff.org Point of Contact Chief Vincent Cinque Reference 2 Company Name Brevard Fire Rescue Telephone Number 321-433-4491 Email Address Rhonda.Roberts@brevardcounty.us Point of Contact Rhonda Roberts Reference 3 Company Name Miami Fire Rescue Telephone Number 305-416-5452 Email Address rmiranda miamigov.com _ Point of Contact Captain Roger Miranda 2/6/2018 Bid Sync solicitation Addendum 1 Revised 2128114 p. 5 DPM VENDOR REFERENCES CONTRACT NUMBER:I FB-00664 BID TITLE: Cleaning and Repair of Bunker Gear REFERENCE FOR VENDOR/COMPANY NAME: MBGC, LLC. d/b/a Minerva Bunker Gear Cleaners PROCUREMENT CONTRACT OFFICER: Abelin Rodriguez PREPARED BY: PHONE NUMBER: (305) 375 - 4744 FAX NUMBER: (305) 375 - 4407 DATE: Feb. 16, 2018 1. How long have you been a customer of the company? (Length of relationship in years) Response: - 8 years 2. What types of services has the company provided to you? (List types of commodities or services received) Response: --General Cleaning, Inspection and Repair; BioHazard Cleaning, Decontamination; Bi-Annual Cancer Initiative Inspection and Cleaning; Manufacturer Warranty; Alterations (when needed); Vendor for Bunker Gear Wash (Station Level) 3. What do you feel is the most positive aspect of the company? Response: --The communication in our partnership 4. What do you feel is the area of this company that needs the most improvement? Response: --NA 5. When problems occur, does the company responsiveness in a timely manner? Response: Slow / Fair / Excellent --Yes, they do (Excellent). 6. Would you use this company again? Response: --Yes Yes / No 7. What recommendation rating would you give this company? Response: Low / Medium / High --High COMMENTS: --We're always looking to improve or update our program and they work with us to achieve our goals. They are also a good resource and SME's that make themselves available. Created: 08/25/11 I3PM VENDOR REFERENCES CONTRACT NUMBER FB-006.64 •• _ -- --- BID TITLE-! Cleaning. and Repair of Bunker Gear REFERENCE FOR. VENDORICO MPANY:NAME: .MBGC, LLC. d/b/a Minerva Bunker Gear Cleaners PROCUREMENT CONTRACT OFFICER: Abelin Rodriguez _ --- - PEEBY: - -- _-------- PREPARED BY: _ _ _ - - ___ PHONYE NUMBER:: (305) 375 4744tFAX NUMBER (305) 37.5 4407_-- DATE Feb 1.6, 2018; 1. How long have you been a customer of the company? (Length of relationship in years) Response.6 years 2. What types of services has the company provided to you? .(List types of commodities or services received) Response: Bunker gear cleaning and repair 3. What do you feel_ is the most positive aspect cif the co.rnpany?----- Response: The. quality of their work. 4. What do you. feet is the area of this company that needs the most improvement? Response: There was a recent change in delivery service from UPS to Fed Ex and it has delayed the shipping times. 5. When problerhs- ccur, does the company responsiveness in a timely manner? Response: Slow / Fair LExcel..!Pdt. 6. Would you use this company again? Response: Yes Na 7. What recomme , d tion rating would you give this company? Response: A Low / Medium / High 1,l COMMENTS: I have had a great working relationship with Minerva for 6 years. Any issues 1. have had, which were not many, have been addressed in a timeley manner. Bo and. Olga are easy to reach and are willing to listen to my concerns. The quality of work was the draw to the company in the first place, and that; and the people, have kept us coming back. a , �s SIGNATURE:° �{li.ti'. - 1 ; PATE: Created:. 08/25/11 DPM. VENDOR REFERENCES CONTRACT.NUMBER; FB-00664 . . . . .. .... ... ... .. ............ 01D TITLE Cleaning and Repair of Bunker Gear . . ... . ....... ... ..... ........... REFERENCE FOR VENOOR/C -.............OMPANY NAME, M 136C, LLCd/b/a Minerva Bunker Gear Cleaners .. .. ...... PROCUREMENT CONTRACT OF0f6ER--.`-Ab-'e-"l-i n Rodriguez PREPARED BY ..... .... .... P.H.O.Nx-'NIVNIPER: s(3).375 .05 4744TAX NUMBER: Q05) 375 4407 ..... . . . . ..... .......... . .. . DATE. March 9,2018....... ............ .. .. ...... . :. COMPANY NAME: Palm ,Bay ,Fire Rescu e COMPANY ADDRESS.-, 899 Carlye Ave SE PHONE NUMBEr: (321).953-8929 CONTACT,PERSON: Joy:Barnett - EMAIL ADDRESS: Joy..Barnett@ palm bayfl orida.org:. L Hove long have you been 0 custorner: of the company? (Length of relationship in years) .. . .... .... Response, We haveused the Miami location for 6 years, but: have used Minerva : (New fork) . k) since 2010 2. What -types .of services.has the company provided . ed to .. .. .. .. .. .. your (List types of cornmo-dities or services.:received) Response: Advance Clean, Advance Inspection, Repairs, Alterations; Create Name Plaques, a.rid manufacture repel bags 3. What do you feel is the. most positiv . ....... ....e aspect of the company? Response;High regard for the safety of:Firefight.ers and customer service. Excellent turn around time. 4.� , -Ahalt-d.o.you . feelisthe area ,.'.o,f this company that needs the. Most improvement? Response: We have only . run into minor occasional billing issues, that were corrected immediately ......... . ........ 5. When problems occur, does the company responsiveness in a timely manner? Response-. Slow / Fair / Excellent 6. Would you use this * company again?. Response- nyles No 7. What recomme ng. ra inwould you give this company? Low / Medium. High Response: COMMENTS: Excellentwork, Great customer service SIGNATURE: GATE: -3) C' \ � Createk 0 8/25/11 DPM VENDOR REFERENCES SIGNATURE: DATE: February 23, 2018 Created: 08/25/11 Miami -Dade County FB-00664 TURNOUT GEAR CLEANING, INSPECTION, REPAIR DECONTAMINATION AND TRACKING ITEM EST. ANNUAL USAGE DESCRIPTION Complete Set — Coat & Pants/including shells & liners UNIT PRICE 1 1,500 sets Advanced Cleaning - Complete Set $0.00 2 50 sets Biohazard Decontamination Cleaning - Complete Set $13.50 3 10 sets Heavy Soil/Removal Cleaning - Com lete Set $15.50 4 1,500 ea. Advanced Cleaning Hood $ 3.s0 5 5 ea. Advanced Cleaning Coat $ 6 5 ea, Advanced Cleaning Pant $ 3 7 5 air Advanced Cleaning Fire Gloves $ 5.50 8 5 pair Advanced CleaningDubber Boots $ 23.00 9 5 pair Advanced Cleaning Leather Boots $ 23.00 10 5 ea. Advanced Cleaning Helmets $23.00 11 5 ea. Advanced Cleaning Belt $ 1.75 12 40 ea. Coat Shell Repair Collar $ 2.00 13 435 ea. Coat Smell Repair Flashlight St ap wNelcro & Sna $1.00 14 5 ea. Coat Shell Replace Hanging Hoof $ 6.00 15 60 ea. Coat Shell Install Rescue Harness $ 0.00 16 10 ea. Coat Shell Replace MiclTool holder Hook/Drag/Loop $10.50 17 75 ea.. Coat Shell Repair Shoulder Pad $ 0.00 18 5 ea. Coat Shell Replace Storm Fla -D-Rin $2.00 2/6/2018 BidSync P. 15 nr4dondnm 1 Rwvipa�i 9J7RIi4 Miami -Dade County FB-00664 W' ITEM EST. ANNUAL USAGE 420 ea. 30 ea. 5 ea. DESCRIPTION Coat Shell Replace Storm Flap-Hc)ok or Loo Coat Shell Replace Storm Flap -Zipper Coat Shell Re lace Take-up Strap UNIT PRICE $14.50 19 20 $ 34.50 $5.00 21 22 5 ea_ 5 ea. 5 ea. 5 ea. 5 ea. 5 ea. 5 ea. 25 ea. Coat Shell Replace Take-up Strap Buckle Coat Shell Replace Throat Closure -- Entire (Hook or Loop Coat Shell Replace Name Patch - Blank Attached wlHook & Loop Coat Shell Replace Name Patch - Blank Sewn On Coat Shell Replace Reflective Letter on Name Patch Coat Shell Replace Reflective Letter on Shell Coat Shell Replace Pocket - Bellows Full Coat Shell Re lace Pocket - Bellows Semi $2.00 $ 11.25 $ 23.00 $13.50 $ $ 5.50 $48.00 $2.00 23 24 25 26 27 28 29 30 20 ea. Coat Shell Replace Packet - Hand `Harmer $2.00 31 10 ea. 5 ea. 10 ea. 20 ea. Coat Shell Replace Pocket - Radio Coat Shell Re lace Entire Sleeve Coat Shell Replace Cuff Coat Shell Replace Cuff w[Hook and Loop & Snap $28.00 $57.00 $21.00 $ MO 32 33 34 35 30 ea. 30 ea. 30 ea. Coat Shell Replace Elbow Pad - 2Piece wlSearn Coat Shell Replace Elbow Pad External Coat Shell Replace Elbow Pad Sewn In $ 0.00 $ 0.00 $3.00 36 37 2/6/2018 BidSyno Solicitation Addendum 1 Revised 2128/14 P. 16 Miami -Dade County FB-00664 s ITEM EST. ANNUAL USAGE 20 ea. DESCRIPTION Coat Shell Replace Water well Only.$5.00 UNIT PRICE 38 39 5 ea. 20 ea. 10 ea. 10 ea. 30 ea. 10 ea. 180 ea. 25 ea. 270 ea. 180 ea. 170 ea. 5 ea. 10 ea, 5 ea. 5 ea. 5 ea. 5 ea. 25 ea. 20 ea. Coat Shell Replace Water well wfWristlet Coat Shell Replace Wristlet Only Coat Shell Refl. Trim -Remove & Replace Hardware Coat Shell Refl. Trim -Remove & Replace Pocket Coat Shell Attach Reflective Fla Coat Shell Replace Refl. Trim -one Band on Coat Pleated Back) Coat Shell Replace Refl. Trim -one Sand on Coat Standard Coat Shell Replace Refl. Trim -Vertical Band Coat Shell Replace Refl. Trim -Over Pocket Coat Shell Replace Refl. Trim -Under Pocket Coat Shell Replace Refl. Trim -Over Storm Flap Coat Liner Replace Hook or hoop on Collar Coat Liner Replace Zipper Coat Liner Heat Seal Water well in Sleeve Coat Liner Replace Hook or Loo on Cuff Coat Liner Re lace Water well Onl Coat Liner Replace Water well wlWristlet Coat Lir3er Re lace Wristlet Onl Pant Shell Replace Fl -D-Rin $5.00 $24.00 $1.00 $ 11.00 $7.00 $7.00 $42.00 $27.00 $24.00 $13.50 $s.00 $1 $ $ 1 $10.00 $ $ 3 $ 22.0c $ 2.00 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 2/6/2018 BidSync SolidistionAddendum!Revised2/M1a A• 17 Miami -Dade County F B-00664 , &B ITEM EST. ANNUAL, USAGE DESCRIPTION UNIT PRICE 58 600 ea. Pant Shell Replace Fly Hook or Loop $12.00 59 5 ea. Pant Shell Replace FI Zipper Stop or Tab $ 1.00 60 120 ea. Pant Shell Replace Suspender Button $ 0.00 61 20 ea. Pant Shell Attached Boot Access Panel w/Zi er $10.00 62 100 ea. Pant Shell Replace Cuff $17.00 63 220 ea. Pant Shell Replace Knee Pad External $1.00 54 5 ea, Pant Shell Replace Knee Pad Padded $1.00 65 20 ea. Pant Shell Replace Knee Pad Sewn In $ 66 5 ea. Pant Shell Replace Knee Stearn Channel - Make Complete $ 0.00 67 10 ea. Pant Shell Re lace Knee Pad FI W Hook $ 2.00 68 5 ea. Pant Shell Replace Pocket - Bellow Semi $ 69 350 ea. Pant Shell Replace Reflective Trim - One Band on Le $ 70 25 ea. Pant Shell Replace Reflective Trim - Vertical Band $20.0 71 10 ea. Pant Shell Replace Zipper $ 72 25 ea. Replace Misc. Hole or Tear Large $14.00 73 160 ea. Replace Misc. Hale or Tear. Up to 3x3 $14.00 74 2220 ea. Replace Misc. Hook or Loop up to 12 inches $ 9.00 75 4015 ea. Replace Misc. Hole or Loop up to 2x2 $4.75 - 76 15 ea. Misc. Sewing Re air Pocket..(per 15 min. $15.00 77 130 ea. Replace Small Hardware Rivets, Snaps, Grommet) $ 4.00 2/6/2018 BidSync 5olic'ttp. 18 ation Addendum 1 Revised 2I2819A Miami -Dade County FB-00664 A: WW::. z r r= ITEM EST. ANNUAL USAGE DESCRIPTION UNIT PRICE 78 20 ea, Replace Pocket Flat Only $ 2.00 79 15 ea. Replace Pocket - Neoprene Liner Only $ 1.00 80 5 ea. Replace Pocket - Reinforcement $ 3.00 81 20 ea. Replace Snap wf Liner Attachment Strap in Sleeve/ Leg $ 82 5 ea, Replace Binding - per 12 inches $4.00 83 435 ea. Heat seal - per 12 inches $ s.00 84 130 ea. Sus ender Button $ 4.00 85 1 job After Hours Emergency Services call (Per Section 2.0 paragraph 2,11 ) — Flat fee erased on any request outside of normal business hours $ 375.00 86 12 ea. Monthly charge for vendor managed inventory service. $4,250.00 2/6/2018 BidSync Solicitation Rddandum I Revisad 2128A 4 P. 19 Miami -Dade County FB-00664 MIAMV SubmittafFib r. Solicitation No.FB-00664 Solicitation Title: Cleaning and repair of bunker gear Legal Company Name (include dlbia if applicable); Federal Tax Identification Number_ MBGC, LLC* 80.0680015* If Corporation - Date IncorporatedlOrgan[zed: State Incorporated/Organized: 02101/2011 Florida Company Operating Address: City State Zip Code 3795 NW 38'Street* Miami' FL* 33142* Miami -Dade County Address (if applicable): City State Zip Code 3795 NW 38 Street Miami FL 33142 Company Contact Person: Email Address: Joseph Aras * joe@bunkergearcleaners.com* Phone Number Company's Internet Web Address: (Include area code): www.bunkergearcleeners.com 305-851.8281 Pursuant to Miami -Dade County Ordinance 94-34, any Individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this Information prior to entering into a contract with or receiving funding from the County. El Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way, This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above may render the vendor ineligible for Local Preference. For the purpose of this certification, and pursuant to Section 245 of the Code of Miami -Dade County, a "locally- headquartered business" is a Local Business whose "principal place of business' is in Miami -Dade County, Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference fLHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: 3795 NIN 38 Street, Miami, FL 33142_ LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION- A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. Q Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid, A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in 2/6/2018 BidSync p. 22 Miami -Dade County FB-00664 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http:1twww.miamidade.govlsmallbusinesslcertification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract Is 3idder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes ❑ No CI If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITHACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERaY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215,473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a mid Wsuant to this Solicitation, -Bidder public record, The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be atrade Secret, proprietary or confidential. In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter slow indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date Joseph )eras* 0111712018* Type or Print Name Joseph Xiras* Type or Print Title Managino Member THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER, FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Date Joseph )('iras* 0111712018* Type or Print Name Joseph )(iras* 2/6/2018 BidSync p• 23 Miami -Dade County FB-00664 Type or Print Title 216/201 S Bidsyne p. 24 Miami -Dade County Contractor Due Diligence Affidavit Per M[ami-Dade County Board of Counly Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of aviard for any contract that oxuWs; one million dollars ($11,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the rive (5) years prior to bid or proposal submittal that have been filed against the flan, its directors, partners, principals andlor board members based on a breach of contract by the firm; include the case name, number and disposition; (2) provide a list of any Instances In the five (5) years prior to bid or proposal submittal where the firm has defaulted; Include a brief description of fhe circumstances; (3) Provide a list of any Instances in the live (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such a$ a notice to cure or a suspension from participating or bidding for contracts, vrhather related to Mlarni-Dade County of not. Ail of the above Information shall be and submitted to the ocurement Coordinator overse ing this solicllation attachedVendor/Contractorche ties satotr providing all a the aboveinforinformation, I applloeblo, to the PGO. A Selection ��t,� Federal Employer ri�a ego/5 Contract No, : _ �� / Identification Number (pBltJj: iS Contract Title: Xi gkS ads - Pdnted Name of Affiant Primed Title of Affianf Signaturo of Afflanl Name of Firm Date 9 5 !Uw 3 I? S� L 33/v� Address of Firm Stale Zip Cods Notary Public-- State of Notary public Informarion County of Subscribed and sworn to (or affirmed) before ma this 1 day of, T 20 i by �a� i yrC7�6_118ha is personally known tome I! or bas produced Idendlicalion Type of identification produced n DSerial Number Signature of Nolary Puff o Print or Stamp of Notary Public E rallon l]ata Notary pub aINMISf W& York No. 01GO6213214 I I QauiiAed in Queens County � Commtsion Expires 2/2014 Miami -Dade County FB-00664 s In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. MBGC, LLC will not utilize any sub contractors for this contract Q NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Joseph Xiras Signature 01/17/2018 Date 2/6/201 B BidSync p. 26 Firm Name of Prime Contractor/RespondentA/Sac- Z-,-/ C FEIN # (?®O CSC)0 1 5_ (�0 Project/Contract Number ''i — 5_ In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all bidderslrespondents on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all bidderslrespondents on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The biddertrespondent who is awarded this bid/contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the County. The bidder/respondent should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractorslsuppliers_ In the event that the successful bidder demonstrates to the County prior to award that the race gender, and ethnic information is not reasonably available at that time the successful bidder shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract. Please duplicate this form if additional space is needed. Principal Owner Employee(s) (Enter the number of male and female (Enter the number of male and owners by racelethnicity) female employees and the number of employees by racelethnicity) Gender Race/Ethnicity Gender Race/Ethnicity Nati A v s e A a a 1 Nativ n m e Business Name and Scope of Work to P e 1 r Address of First Tier be Performed by H a m H C Principal Owner a Subcontractor/ Subcontractor/ w e i er` w B' c a a Subconsultant Subconsultant h l t h l p i i t M F i a a i N other M F i a a f N h It k n I ati e k n c a r i c ve AI i c s ti v a as ' e ka A d n n ' a e d s r e k r a n Business Name and Principal Owner Supplies/Materials/ Principal Owner Employee(s) Address of First Tier Direct Services to be (Enter the number of male and female (Enter the number of male and owners by racelethnicity) female employees and the number Supplier Provided by of employees by racelethnicity) Gender Race/Ethnicity Gender I Race/Ethnicity Supplier NV Asi s e A a Nativ i a m e M P a c e A m H 1 P a r c W h S 1 i s i f ed ca W h B I s c i a n O t M F i a P a i n! N Other M F i a P a f f N h t e c k n i c I ati Ve t e c k n i i c a ti e r c Al as c s v e n ka n a A I d e n d s s r e r k a n T C--> r F7 "Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting/User department or on -Line to small Business Development Division of the Department of Regulatory and Economic Resources Department at hflr�ew.tiarrriciade. cavlbaasiraesslbt�iraess-devel� rr€ent.as I ce '� t the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Sig re of Bid er/Respondent Print Name Print Title .2 Date US 100 Rev. 6/12 COLLUSION AFFIDAVIT (Code of Miarni-Dade County Section 2-8.1.1 and 10-33.1) (Ordinance No. 08-113) BEFORE ME, A NOTARY PUBLIC, personally appeared ��0�° I� � � � �� - who being duly sworn states: (insert name of affiant) I am over 18 years of age, have personal knowledge of the facts stated in this affidavit and I am an owner, officer, director, principal shareholder and/or I am otherwise authorized to bind the bidder of this contract I state that the bidder of this contract: is not related to any of the other parties bidding in the competitive solicitation, and that the contractor's proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantage over any other proposer. OR ❑ is related to the following parties who hid in the solicitation which are identified and listed below: Note: Any person or entity that fails to submit this executed affidavit shall be ineligible for contract award. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties shall mean bidders or proposers or the principals, corporate officers, and managers thereof which have a direct or indirect ownership interest in another bidder or proposer for the same agreement or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same agreement. Bids or proposals found to be collusive shall be rejected. By: 20 TSignature of Affiant Date ejo �V , pf-e5 e4 Printed Name of Afflant and Title Federal Employer Identification Number mw L.L_ - Printed Name of Firm 3-19S NW 38 3 I-&-cti M Gam; - T L- 1 4Z_ Address of Firm Collusion affidavit 12-08 SUBSCRIBED AND SWORN TO (or affirmed) before me this day of 6 20 k9 She is personally known to me or has presented as identification. Type of identification 642�7,_D - � �,_]V� _ Signature of Notary I1\1 i . CC)aj zmC4lie Z_ Print or Stamp Name of Notary Notary Public —State of Kcw yam' -L (Ti- G i16z 132-14 Serial N mber (1 az- 0-F Expiration Date Notary Seal RiA D. GO 1V ALZ Nohry Public State of New York 07� No. 01GO6213214 Qaulltied in Queens County Commision Expires rI ` fl Collusion affidavit 12-08 Miami -Dade County FB-00664 M GC LLC Minerva Bunker Gear Cleaners 3795 NW 38 Street Miami, FL, 33142 t. nm513 1 / f. 305,6362676 / bunkergearclean rsa oni New York. - North Carolina - Florida- 01iio - Colorado Jarnuarry 29. 12'(11 To Miami Dade Fire. Rescue, We appreciate the opportunity to provide our response to Solicitation :B -t 0664. Minerva Dunker Clear Cleaners is an N PA 1851 14 edition 3 party verifted independent ser- p wider I . qualified t€� provide advanced cl erring, advanced inspection, acid all rrepairs to the lire industry, You nnay view drat qualifications by viewing the hricrte ebsitce % tiliZing; our existing _Miami lncatior-a, we mill continue to provide door-to-door i&� Llp & delivery to Miami -Dade Fire Rescue (NIDFR), Upon. award we isill be equipped With a generator as stipulated by section .8 of Solicitation 1--B-00664, e are, recognized by all original equipment and component manufacturers to provide warranty repair(s) on, products they manufacture for the industry we serve, We will contizlue atilize our Nveb based tra&dng system which. bas allo-wed MIT . the ability to rt onito r the condition of y€ ar gear its real -tire. Omar softw ie and service has also helped. MDFR to achieve near 1t 0"K field participatioir for cleaning & care for assigned IMP. ; We will continue to assist . I)FR -Ath overall management iai"your inventorsaid PPE, aainteata �� b udgt. e pride ours Ives in offming superior service in helping to reduce the overall cancer footprint in the hire service industry. We are active participants in NFPA 1851 and FF C-ancer prevention seminars and tradesbowsb We service hundreds of departments, raation vide ftom small volunteer departments to large metropolitan politan epattments such as F.l .N.Y., We visit and interface'vith our customers to provide customized service and are committed to delivering the best service possible to met their unique needs. e welcome & look forward to conOnuing, our relationship with servicing Miami made Fire Rescue incerolyx ioseph Xiras p. 6 Miami -Dade County F$-00664 . Local Business,1 Miami—C ad Cr unty;.5 t c 54o.rida. ... ... BT. 7080,073 E t EC�#fMsStsEFtirti dE: �AEtCJhf W_ 'him giff140,, SF 1.11�kE SE 0 1101 SF IA S i°I C�L�t►�t'FC. 3� � �� Piaa s�t��is €�i �urir9r ref a ti.§�E�ia Att 9 10 i=A�r�r;ir�t�` FtE�E:Eu�rr I .pCa LLC i i� i liS1C S aY TA CC)l t»ECY�SFR C tOwe (s) 4 ;t3Cl :C}1/ U%2t 17 vppu. rT--1 T-013025 Not n Oor actur CEOU011 17hgOralBusiumT"Rmc7%t�fa��[p�€anQt�lEc�ca�a,. PwITAL,0r collikalno at tY, ErnE i P vatiflultines, fa do 6traiflom Ifildw must dampEy ywith arl,ygovernmental ar r�assggu trrrr sgsairegailpt�rtf a4 ,an tu- tt � manS sak9,a uirpEy b Era h�asloo TEta �FCJwIPi �€IT. [rfat4vn m�rst.be displuyar9 gar �iEp�n�draaulnl �afrioies � �ilinm3�E7gil� �oda'Spir�a �7i# 2l612018 F�aaairsr�.icriorsautFon,viJ3 idkyiratanaAtCr ff aYlinx� !! _ . p CERTIFICATE OF ACHIEVE1 Awarded to Bo Sanchez Minerva Bunker Gear Cleaners - Miam For successfully completing Advanced Cleaning for Structural Turnout Gear p 1 Hour Continuing Education Credit Issued on December 28, 2017 CERTIFICATE OF ACHIEVE1 Awarded to Bo Sanchez Minerva Bunker Gear Cleaners - Miarr For successfully completing Advanced Inspection on Structural Helmets pei 1 Hour Continuing Education Credit Issued on December 28, 2017 CERTIFICATE OF ACHIEVE1 Awarded to Bo Sanchez Minerva Bunker Gear Cleaners - Miam For successfully completing Advanced Inspection on Structural Turnouts pe 1.5 Hours Continuing Education Credit Issued on December 28, 2017 CERTIFICATE OF ACHIEVEI Awarded to Bo Sanchez Minerva Bunker Gear Cleaners - Miam For successfully completing Basic Repairs on Structural Turnouts per N F 1 Hour Continuing Education Credit Issued on December 28, 2017 on the basis of the tests undertaken, the sample(s) of the above product have been found to comply with the essential requirements of the referenced specifications at the time the tests were carried out. ... Ram Kavalesky PPE Engineer NOTE : This verification is parCof the full tes This Vedfication.Is for the exclusive use of Iutertek:s Client and is pruvid and conditions of the agreement. Intejtek assumes no liability to any pal this Verification. This Verification is valid only for lhe Client location ei fi is aul iorized to permit copying or dlstributton of this Verification. Any u first be approved in. writing by Interlsk: The observations and tesvinspec does not imply that the material, product, or service is or has ever been Date: 2/27/ 17 report(s) and should be read in conjunction with it :d pursuant to the agreement between €ntertek i nd,lts Client, InierteWs responsibility and liability are limited to the terms y, other than to the Client tn accordance with the agreement, foraiy loss, expense or damage, occasioned l y the use of a physical address identified above and is not'applicable for any mobile unit(s) or address(es):not listed. Only the Client e.of the Intertek name 'orone of its marks forthe:sale or adverfiisement of the tested material, product or servlce must ion resultsJ.n. referenced: from this Verification are relevant only to the. sample testedfinspectei., This Verification byitself nder an Intertek certification program. 2/6/2018 BidSync P. 13 Miami -Dade County FB-00664 Ln tch r te k Total Quality. Assured. 5 January 2018 To whom it may concern, Intertek 3933 US Route 11 CorOand, NY 13045 Tel +1 607-758-6242 Mobile. +1 607-345-2450 Ann.overbaugh@intertek.com Intertek.com This is to confirm that MBGC LLC, located at 3795 NW 38th St., Miami, FL is in process with lntertek for annual NFPA 1851 Verification. If you have any questions, please do not hesitate to contact me at 607-758-6242. Best Regards, Ann Overbaugh Program Coordinator Performance Group lntertek 3933 US Rte. 11 Cortland, NY 13045 Pre -Award Vendor Compliance Check List Vendor Name: MBGC LLC Fictitious Name: MINERVA BUNKER GEAR CLEANERS FEIN: 800680015 - 01 Contract No.: FB-00664 Is Vendor's Application Current? Check/Print Screen 9512 to confirm the Vendors Registration status Yes l] No ❑ Check/Print Screen 9520 Vendor DBA status Yes 0 No ❑ Check/Print Screen 9530 for Vendor Mail Code Status Yes 0 No ❑ State of Florida Corporations (Sun Biz) Yes 0 No El Comments: Does Vendor appear on the following: U.S, Department of Justice Yes ❑ No p Comments: SBD Certified Firms Yes ❑ No El Comments: History of Violations (SBD) Yes ❑ No R] Comments: Florida Convicted Vendor List Yes ❑ No 0 Comments: Debarred Contractors Yes ❑ No l] Comments: Delinguet Contractor Yes ❑ No RI Comments: Goai Deficit Make -Up Report Yes ❑ No 0 Comments: Suspended Contractors Yes ❑ No [] Comments: Florida Suspended Contractors Yes ❑ No 0 Comments: Scrutinized Companies Yes ❑ No R] Comments: System for Award Management (SAM) http://vvwwsam.gov Yes El No ❑ Non Performance History (BTS) htt intra3.miamidade. ov eProcurement e isteredVendorList.as x Yes ❑ No 0 _... Verified by: Lindan Li __ f— Date: 02/21/2018 FAML9512 V5.1 MIAMI-DADE COUNTY 5.1 ONLINE FAMIS SYSTEM O2/21/20IR LINK TO: VENDOR APPLICATION INFORMATION 4:00 PM VENDOR NO : 800680015 - MBGC LLC SUFFIX : 01 VENDOR FED TAX/SSN: DPM REGISTER : A ACTIVE V/ STREET ADDRESS 3795 NW 38 STREET CITY MIAMI STATE : FL ZIP 33142 IND 2018 IND 2019 IND 2020 VENDOR APP Y 02/20/2013 BUSINESS TAX Y 11/11/2017 STATE CORP Y 02/20/2013 PRE -QUALIFIED DATE DISCLOSURE I Y 02/20/2013 EXPIRATION DATE DISCLOSURE TI Y 02/20/2013 TYPE OF ORGANIZATION 0 CUBA AFFIDAVIT CURRENTLY IN BUSINESS Y HOLD LIFTED Z N/A LAST UPDATED BY USER ROLL2018 NAME/FEIN ACT Z N/A LAST UPDATE DATE 11/11/2017 W-9 FORM Y 02/20/2013 PREVIOUS FED ID DEPT REG/CERT PROCESS COMMENTS CHANGED FROM BROADWAY MINERVA CLEANERS, LLC DBA MINERVA BUNK ER GEAR CLEANERS 592395016 SX-01. F1-HELP F2-SELECT F4-PRIOR F5-NEXT VEN F9-LINK G014 - RECORD FOUND FAML9520 V5.1 MI.AMI-DADS COUNTY 5.1 ONLINE FAMIS SYSTEM 02/21/2018 LINK TO: VENDOR DETAIL - ADDRESSES 4:00 PM VENDOR NUMBER 800680015 MBGC LLC V VENDOR SUFFIX 01 ALTERNATE NAME MINERVA BUNKER GEAR CLEANERS DBA NAME MINERVA BUNKER GEAR CLEANERS \/ HEADER STATUS A ACTIVE DETAIL STATUS A ACTIVE DTL STATUS BATE 02/20/2013 DPM RGSTR A ACTIVE DISCOUNT TERMS EXPEDITOR CODE DISBURSE TYPE 1 ALT VENDOR START DATE EXPIRATION DATE F1-HELP F2-SELECT E4--PRIOR 27-MAIL CODE F9-LTNK G014 - RECORD FOUND PAYMENT VENDOR: Y PAY IND: R CREATE DATE 02/20/2013 CREATED BY SLAM UPDATE DATE 10/10/2017 UPDATED BY LAST PO DATE 10/10/2017 LAST BID DATE SINGLE CHECK NOTE Y F5-NEXT F6--HEADER FT1-MORE FAML9530 V5.1 MIAMI-BADE COUNTY 5.1 ONLINE FAMIS SYSTEM 02/06/2018 LINK TO: VENDOR MAIL CODE 10:12 AM VENDOR NUMBER: 800680015 MBGC LLC VENDOR SUFFIX: 01 CREATE DATE: 02/20/2013 MAIL CODE : PO PURCHASE ORDER CREATED BY : GASPARD HEADER STATUS: A DETAIL STATUS: A DPM REGISTER: A UPDATE DATE: 02/20/2013 ATTN LINE 1 UPDATED BY : GASPARD ATTN LINE 2 ATTN LINE 3 STREET 3795 NW 38 STREET CITY MIAMI STATE: FL ZIP: 33142 COUNTRY US UNITED STATES REGION LAST BID COUNTY LAST PO 10/10/2017 CONTACT NAME JOSEPH XIROS E-MATL MBGC@BUNKERGEARCLEANERS.COM PHONE 917 687-3211 FED TAX/SSN: ********* FAX 718 728-7408 FED TAX IND: TOLLFREE 888 928-6537 Fl-HELP F2-SELECT F4-PRIOR F5-NEXT F6-HEADER F7-DETAIL F9-LINK G014 RECORD FOUND Detail by FEI EIN Number Page 1 of 2 FloOde Dppachant of State uo of y r!x�jWIV?;air '!t ifwrI1 Department of State I Division of Corporations I Search Records ! Detail By Docurnent Number DIVI'swN Qr CopmORATIOms http a/search.sunbiz.org/Inquiry/CorporationSearchISearchResultDetail?inquirytype=FeiN... 02/2I/20I 8 Detail by FEI/EIN Number Page 2 of 2 2016 02/14/2016 2017 02/13/2017 2018 01/14/2018 Document images 0if1412018 —ANNUAL REPORT Clew image in PDF fomiat MNUA[_REPC3RT View image in PDF format 1110312016 -- AFIENDED ANNUAL REPORT View image in PDF format 02114/2016 -- ANNUAL R�Pf1RT View iniage in PDF format C IW/2015 — ANNUAL REPORT View Image in PDF format 0110$12014 -- ANNUAL REPORT View image in PDF format oG11112613•-- AN,,�JI<AL ftEPQRT View image in PDF format ©312112013 —Rea. Agent Resignation View image in PDF format 04f25f2012 -- ANNUAI. REPORT View image in PDF format 01/2812011 •- Florida Limited LialAity View image in Pam= format rRc: itfa rY_4'-"':m2n! cf ;Earl, E;[•:€::mar: of http: //search. sunbiz. org/Inquiry/CorporationSearch/SearchResuliDetail?inquirytype—FeiN... 02/21 /2018 "MBGC LLC " sorry, no results found for "'MBGL LLC "'. Try entering fewer or broader query terms. Please also consider searching the Archive section of the Department vvcbsite. . .'epa"Imen_ of JU66cc F,r .i ivy Small Business Development MIAMI•DADE Certified Firms as of ® November 13, 2017 FIRM NAME PHONE CERTIFIED BUSINESS ENTERPRISE CONTACT ADDRESS FAX CERT NO. EXP. DATE TRADE CATEGORIES 96816 96818 Back FIow Preventer Testing Services 96819 Bridge Reconstruction/Rchabilitation 96820 Building Construction 96828 Curb And Gutter Construction 96832 Demolition 96834 Dredging Services 96842 General Construction * Firms that have timely submitted re -certification applications which are "Under Review' are listed in red. Firms listed in red with "Under Review' designation in the Expiration Date column have not received final approval. You may contact the firm or SBD for approval status. *Firms with "Under Review' designations may request an expedited certification review by submitting documentation relative to their participation on an upcoming project. Contact 8E3D (305-375-2378) for more information. Nov-^3-201709:16:47 Page; S21 DBOR0050v.201603W : 237990' Other itTeayy Arid Civil Enginesxing Construction 238110..I'6urecl.Concrete Foundation And Structure.. Contractors. . 238120, .Str4tura] Steel AndPrecast Concrete Contractors 23 010 " Site Preparation:Contractots 23332, Commercial And Institutional Building" CoristrucfJon ' ; 23499 ASIOthex Heavy Constructio❑ 23594,Wrecking'And'DemolitioaConttacttirs 236'115 "New Single-Painily Housing Construction (F.xaapt OperatiYe Builders) 2361`16 New Multifamily housing Construction (ExcepY.Operative Builders) 2361.1Neva Housing Operative Builder 236118: Residential Remidelers - 2362.10 ;Iriilustr'61 Building Construction ' 236220CommercialAndinstitutiona]Building Construction ' 2.37110 Water And SeWa:Line And Related Structures Construction :.'. 237120 Q11 And Gas Pipeline And 'Related Structures. Construction i LL�Wer 2371i30 is tton Line And Related Structures Construe <:.. 2372'10: Land.Subdiyision 237310 Higlrway, Street And Bridge Construction .' 237390, Other"Heavy And Civil Etagrne'ring: Construction 238'110 Poured Concrete Foundation And'Structure Contractors 238120 Structural Steel Artd Pre cast Contractors 258910 Site PreparationContractors 238990 All Other Specialty Trade Contractors MC DESIGNERS, INC. MIRIAM COLLADA -MY ERS 3651 SW 139th Ct 305-225-5177 10915 04/30/2020 SBE/GS MICRO TIER 1 04/01/1994 Miami, FL 33175-6773 305-485.9163 42004 Auditorium, Stadium, Team Seating Furniture And Portable Bleachers * Firms that have timoly submitted ro-certification applications which are "Under Review" are listed in red, Firths listed in red with "Under Review" designation in the Expiration Date column have not received final approval. You may contact the firm or SBD for approval status. Firms with "Under Review" designations rrsay request an expedited certification review by submitting documentation relative to their participation on an upcoming project. Contact SBD (305-375-2378) for more information. Nov-13-2017 09:1 &47 Page: 822 DBD R9050 v.20160307 Small Business Development MIAMI'� Certified Firms as of November 13, 2017 FIR,YI NAME PHONE CERTIFIED BUSINESS ENTERPRISE CONTACT ADDRESS FAX CERT NO. EXP. DATE TRADE CATEGORIES Imple/Oper/Maint 1008 Environ Eng-Pathogen And Contaminant Risk Analysis 1501 Surveying And Mapping -Land Surveying 1503 Underground Utility Location 1600 General Civil Engineering 1700 Engineering Construction Management 2000 Landscape Architecture 2100 Land-Usc PIanning 541320 Landscape Architectural Services 541330 Engineering Services " Firms that have timely submitted re -certification applications which are "Under Review' are listed in red. Firms listed In red with "Under Review" designation in the Expiration Cate column have not received final approval. You may contact the firm or SBD for approval status, "Firms with "Under Review" designations may request an expedited certification review by submitting documentation rotative to their participation on an upcoming project. Contact SBD (305-375-2378) for more information. NOV-43-201709:18:47 page; 851 DBOR0050v.20160307 Small Business Development MIAMI.DADE Certified Firms as of November 13, 2017 FIRM NAME, PHONE CERTIFIED BUSINESS ENTERPRISE CONTAr'T ADDRESS FAX CERT NO. EXP. DATE TRADE CATEGORIES MISHA'S CUPCAKES, INC. MISHA GOMEZ 1548 S Dixie highway 786-20U-61 JS i.nn j 10J0112005 Coral Gables, FL 33146-0000 NIA 375 Foods: Bakery Products (Fresh) 37500 Foods: Bakery Products (Fresh) 37530 Cakes, Cookies, And Pastries M1STi CLEANING SERVICES, INC. ADRIANA CORDOBA MONT 600I .W 153rd St 140 ;: 3054556-2988 14546 08/3112.018 SBFJGS - MICRO TIER I 07/25/2006 Miami Lakes; FL 330W-0000 '. 305-556-2998 910 Building Maintenance A.nd Repair Services 91000 Building Maintenance, lnstallarion:And- Itepaii- Services 9103;9 Janitorial/Custodial Services =962 Miscellaneous Services 96260 Miscellaneous Services Otherwise Classified} 96221 Cleaning Services, Steam And.Pressure AW, MI04J2312013 LNLLC ELSA GELMAN 117Ave 305-233-9991 16610 06130/202U SBE/GS TIER 3 Miami, FL 33 177-0000 305-251-9067 96888 Tree And Shrub Removal Services 988 Roadside, Grounds, Recreational And Parkarea Servi 98900 Roadside, Grounds, Recreational And Park Area Services 98836 Grounds Maintenance: Mowing, Edging, Plant (Not Tree) Trimming, Etc. 98852 Landscaping (Including Design, Fertilizing, Planting, Etc., But Not Grounds Maintenance Or Trce Truuming Services) 98888 Tree Trimming And Pruning Services AX'D GREENS, INC. MICHAEL dNAF bY 28905 SW 162nd Ave ..305 245-1.722 15467 T 1J3012019 SBE]GS MICRO TIER 2 01/01/1977 Hotiiestead FI 33033-2200 305 246-1379 96888 Tree And Shrub'Remoyal5ervices 98836 Grounds Maintenance: Mowing,. dging, Plant (Nat Tree}Tr�inining, Etc. 98852 Landscaping, (Including Design, Fertilizing, Planting,; Etc,, But Not Grounds Maintenance Or.Tree Trimming Services) 98872.PestCotitrol'(0therThat BuiIdirigs)(Includes. - . Spraying Of Trees And Shrubs) 98888 Tree Trim ;ingAnd Pinning Services 98889 weed And Vegetation Control(lncluding Aquatic Weed Control). MM PROFESSIONAL TRANSPORTATION, INC. MICHAEL MAGGIO 2766 NW 62nd St, Suite I I 1-A 305-591-6723 14579 ACDBE 08J1812010 Miami, FL 33147-0000 786-621-0399 485320 Limousine Service DBE Firms that have timely submitted re -certification applications which are "Under Review" are listed in red. Firms listed in red with "Under Review" designation in the Expiration Date column have not received final approval. You may contact the firm or SBD for approval status. "Firms with "Under Review" designations may request an expedited certification review by submitting documentation relative to their participation on an upcoming project. Contact SBD (305-375-2378) for more information. Page: 852 OBDR0050v.2o160307 NOV-13-2017 09:18:47 g ' Firm Date of Project 9 Department Ord. Amount Amount Amount Reason ovaius Violation Identified Recovered Makeup 9/1912016 RPQ NO. T1998 WS 97-52 $0.00 Deviated from the Schedule of Intent Open Affidavit without prior approval from SBD 911912016 RPQ NO, T1998 WS 97-52 $0.00 Utilization of non certified CSBE firm for Open CSBE/Set Aside work 9/26/2016 RPQ NO. T1998 WS 97-52 $94,000.00 Failure to meet SBE subcontractor goal Open 9126/2016 RPQ NO. T1998 WS 97-52 $0.00 Failed to perform a comma rdallyuseful Open function 7/1112017 P0081 (7360) WS 97-52 $0,00 Failed to perform a commerciallyuseful Closed function 1014/2017 M & P REYNOLDS ENTERPRISES, INC. 4/312016 W40114 ESP ID 90-143 $5,603.20 816/2015 W40114 ESP ID 90-143 M. L. C. CONSTRUCTION CORPORATION 3tW2016 MDFRD-445-70-B FIR 90-143 (7360) M. VILA & ASSOCIATES, INC. 8/1012001 CDQNIP 1 CD 97-52 MAESTRE CONSTRUCTION INC. 211/2016 RPQ NO. T2007 WS 97-52 MANNY & LOU PLUMBING CONTRACTORS, INC. 6113/2014 W40114 ESP ID 90-143 $51,929.63 MAXON GROUPIE, LLC 1212212016 RPQ NO. T2130-R WS 97-52 7/22/2017 RPQ NO, T2130-R WS 90-143 MERKURY CORPORATION DIB1A MERKURY DEVELOPMENT 1011612012 MIA-B761A2 AV 90-143 589,800.52 METRO EXPRESS INC. $5,503.20 $0.00 Underpayment of Employee Closed 31812016 $550.32 Unpaid Penalty Open $94.88 Unpaid Penalty Open $203,912.67 Prime failed to meet CSBE subcontractor Open goal $109,162.00 Deviation from the Schedule of Intent Open $51,929.63 $0.00 Underpayment of Employee Closed 3126/2015 $0.00 Deviated from the Schedule of Intent Open Affidavit without prior approval from SBD $7,442.60 Unpaid Penalty Open $89,800.52 $0.00 Underpayment of Employee Closed 51412015 This report includes open violations and those resolved in the last three years Page 8 of 13 Tuesday, February 13, 2018 r€rm Date of Project # Department Ord, Amount Amount Amount Reason Status Violation Identified Recovered Makeup 14/2006 630022 DE 97-52 $398,840.90 Prime failed to meet CSBE subcontractor Closed goal 3/30/2015 tt 6/5/2015 20130055 (7360) PW 03-1 � $0.00 Failure to Achieve Community Workforce Closed -� 1� a Procram requirements MITCHELL'S LAWN MAINTENANCE CORP 5/1012017 9743.0123 ID 99-44 $48,622.45 $30,104.60 $0.00 Underpayment of Employee Open MJ AIR CONDITIONING & PIPEFITTER, INC. 112712015 RPQ NO. T1742R WS 90-143 $7,862.40 $7,862.40 $0,00 Underpayment of Employee Closed 9/2/2015 2/26/2015 RPQ NO. T1742R WS 90-143 $786.24 Unpaid Penalty Open NATIONAL FIRE PROTECTION, LLC 3/1312015 ITB 12-10457-JA JM 03-1 $0.00 Failure to Achieve Community Workforce Closed Program requirements 3/21/2016 812412015 ITB 12-10457-JA JM 97-52 $160,219.32 Deviation from the Schedule of Intent Open PELEGE IRON CORPORATION 10/2212015 RPQ NO. T1815 WS 97-52 $0,00 Utilization of non certified CSBE firm for Closed CSBE/Set Aside work 8W2016 PHOENIX CONCRETE PLUS, INC. 3/30/2015 20130163 (7360) PW 90-143 MOO Failed to submit Pay rolis Closed 417/2017 PLACERES CONSTRUCTION, INC. 5/20/2016 RPQ NC. 2014-034-R SP 03-1 $0.00 Failure to Achieve Community Workforce Closed Program requirements 911812017 6/2012016 RPQ NO. 2014-034-R SP 03-1 $1,500.00 Unpaid Penalty Closed 9/18/2017 POOLE & KENT COMPANY OF FLORIDA 712512014 S-863 (P0082) WS 97-62 $692,159.70 CSBE serving as a conduit for CSBE work Closed 1/21/2016 811812015 S-563 (P0082) WS 03-1 $0.0o Failure to Achieve Community Workforce Closed Program requirements 211012016 PRO SERVICE GROUP LLC 5/24/2016 RPQ NO. T2012 WS 97-52 $4,272.74 Unpaid Penalty Closed 8/10/2016 5/2412016 RPQ NO. T2012 WS 97-52 $85,454.88 CSBE serving as a conduit for CSBE work Open This report includes open violations and those resolved in the last three years Page 9 of 13 Tuesday, February 13, 2018 Convicted Vendor List / Convicted / Suspended / Discriminatory / Complaints Vendor Li... Page 1 of 2 Skip to Main Content Florida Qepartment of Management Services > Business Operations > State Purchasing > Vendor Information > Convicted / Suspended / Discriminator / Complaints Vendor Lists > Convicted Vendor List Convicted Vendor List Section 287.133(3)(d)=_Florida Statutes, provides that the Department of Management Services shall maintain a list of the names and addresses of those who have been disqualified from participating in the public contracting process under this section. The list includes: Vendor Name Hialeah Transport, LLC Amancio Alonso Date Suspended 09/30/16 09/30/ 16 Tracy 1. Hoffman 01/22/18 Gator Signage 01/22/18 and Striping, LLC Updated 217118 Document reader download link • g- Adobe PDF Reader Expiration Agency of Date Origin 09/30/19 Miami -Dade County 09/30/19 Miami -Dade County 01/22/21 DOT 01/22/21 DOT Final Order 753.24 KB) CI I11U1 - 3 1iP 3GQ11 LC (':> 887.19 KB) 'endor - Amancio 861.07 KB) 'endor Tracy J. 753.24 KB) 'endor - Gator J Striping, LLC httt)s://www.dms.myflorida.com/business operations/state_purchasing/vendor_informati... 02/21/2018 Mainnor Pinc w Pinc Boiangin iEBARRED CONTRACTORS LIS (MONTHLY REPORT) Report Period: February 1, 2018 M I.A M 1- =rn1A-d:>>E m President Municipal Lighting Systems Group, Inc. 7037 SW 47th St A, Miami, FL 33155 Miami -Dade County Internal Services No recommedation for Debarment No recnmmedetien for Debarment No recommedation for Debarmenf No surer Municipal Lighting Systems Group, {nc, 7038 SW 47th St A, Miami, FL 33155 Miami -Dade County Internal Services No recommedation for Debarment No recommedation for Debarment No recommedation for Debarment No atan, Municipal Lighting Systems Group, Inc, 7039 SW 47th St A; Miami, FL 33155 Mlami-Dade County kmernal Services No recommedation for Oebarmeni jNc. recommedation for Debarment No recommedaGon for Debarment No 2of2 Report ByCompany_4_0a pF Page 1 of 1 COMPANY NAME UNIVERSITY OF MIAMI excel Print Close Delinquent Contractors b Company COMPANY ACCOUNT NUMBER COMPANY ADDRESS PEIN MIAMI null null null null null null YACHT CLUB AT PORTO 2828 Coral Way MIAMI null null null ANGELHERNANDEZ ROBERTO ROCHA, DEPT DEPT ID CONTACT null null null null null null 02/21 /201 S MIAMI-DADE COUNTY INTERNAL SERVICES DEPARTMENT SMALL BUSINESS DEVELOPMENT GOAL DEFICIT MAKE-UP REPORT as of. February 1, 2018 This report list firms that DID NOT fulfill a small business goal on a contract and must make-up double the value of the small business goal deficit on an existing or future contract. To address the deficit, these firms are required to submit a make-up plan as part of any future bid or proposal for future County contract until the goal deficit is resolved/satisfied. For ANY new bid/proposal, the following firms must submit a Make -lip Plan and corresponding Schedule of Intent Affidavit (SOI) or Letter of Agreement (SBD Form 105, 400 or 504), as appropriate, addressing ALL or a PORTION of the Male -up Balance Amount listed. If firm fails to include the SOI with any new bid/proposal it will result in the bid/proposal being deemed NONRESPONSIVE. This requirement does not apply to contracts with a 100% set -aside measure. FIRM N NAME DATE OF VIOLATION _. PROJECT DEPT.: PROGRAM. * MAKE-UP'..COMPLETED AMOUNT OPEN.or ED PLANS _. MAKE-UP BALANCE' Litz Engineering, Inc. 6/7/2016 RPQ NO, T2032 WASD SBE-Construction $ 67,786.00 $ 67,786.00 9/26/2016 RPQ No. T1998 WASD SEE -Construction $ 94,000.00 $ 94,000.00 M. Vila &Associates, Inc. 8/10/2001 CDQNIP 1 UCD SBE-Construction. $ 203,912.67 $ 203,912.67 aestre Construction, Inc, qI V w �..: . Nationa Fire Protection, LLC 4/20/2016 8/24/2015 RPQ No. T2007 ITS 12 10457-)A WASD JMIi SBE-Construction SBE-Construction $ 109,162.00 $ 160,219.32 6,600.00 '.� 102,562.00 $ 160,219.52 Pro Service Group LLC 5/24/2016 RPQ NO. T2012 WASD SBE-Construction $ 85,454.88 $ 85,454.88 Project 1 Construction, Inc. 1/21/2011 RPQ NO. Z00003 GSA SBE Construction $ 6,178.00 $ 6,778.00 R & G Engineering, Inc. 9/27/2011 RPQ NO. T1198-R WASD SBE-Construction $ 67,560.00 $ 67,560.00 10/25/2016 RPQ No, T1645 WASD SBE-Construction $ 383,445.06 $ 383,445.06 RC Construction & Investments, Inc. 4/27/2015 ITB13-11538/GC-04 IMH SBE-Construction $ 150,406.30 $ 150,406.30 RG Underground Engineering, Inc. 9/26/2016 RPQ No. T2088 WASD SBE-Construction $ 3,040.D0 $ 3,040.00 Ric Man Construction, Inc. 4/5/2017 DB13-WASD-01 WASD SBE-Construction $ 987,884.00 $ 987,884.00 Roadway Construction, LLC Siemens Industry, Inc. 9/13/2016 4/11/2016 RPQ No. T2039 DB07-GSA-GI (Build] WASD ISD SSE -Construction SBE-Construction $ 74,704.00 $ 96,982.44 96,982.44 $ 74,704.00 $ - Siltek Group, Inc. SM Interconsulting, LLC 1/5/2016 4/22/2016 Z00017 GOB ESP RPQ No. 117682 ISD PARICS SBE-Construction SB E -Construction $ 240,000.00 $ 281,860.00 $ 240,000.00 $ 281,860.00 Page 2 of 3 Suspended Vendor List / Convicted / Suspended / Discriminatory / Complaints Vendor Li... Page 2 of 4 F133954395 XXXXXX4887 F221914532 001 F592203557 001 392068928 F570468351 001 F943221352 XXXXXX5567 001 F362952689 001 F590336431 001 NA° F550333452 001 M , NE-M. 002 F210721356 001 F650380627 001 F133429155 F591313977 001 F591549387 001 R L Associates 3road Street �ardville, NJ 08620 Enterprise Training Solutions 410 Saw Mill River Road Ardsley, NY 10502 Forever Lawn & Landscaping Service P.O. Box 93161 Lakeland, FL33804 Hamilton Uniforms, Inc Main Street & Chesterfield Road Crosswicks, NJ 08515 Hose Products, Inc. 1411 SW 12th Avenue Pompano Beach, FL 33069-4725 I Color Printing & Mailing, Inc. 22873 Lockness Avenue Torrance, CA 90501 International Plastics, Inc. 8 Tulip Street Greenville, SC 29609-3723 Interwoven Inc. 352-5 Piedmont Road Atlanta, GA 30305-1530 Jensen Fire Protection Co.1 1432-2 Parkshore Circle Fort Meyers, FL 33901 Leta Laboratories, Inc. 6 Regent Lane Deerfield, IL 60015 Long Office Supply Co. P.O. Box 012021 Miami, FL 33136-4191 Midwest Communications Corp. 8875 NW 23rd Street Miami, FL 33172-2490 Mitchell Printing 11846 Capital Circle NE Tallahassee, FL 32301-3519 National Elec. Computer Supplies 3034 Winter Lake Road Lakeland, FL 33803-9707 N & M Export 8010 SW 152nd Avenue #210 Miami, FL 33193 PharmChem, Inc. 4600 N. Beach Street Haltom City, TX 76180 Philips Consumer Electronics 64 Perimeter Center East Atlanta, GA 30346 Roger Whitley Chevrolet, Inc. 12300 North Florida Avenue Tampa, FL 33612 J3--25-2005 DMS 37-28-2005 DMS 02-20-2012 DEP 03-14-2005 DMS 03-18-2005 DMS 09-12-1991 DMS Notice of Default - 392068928 (�. l 320.17 KB) lions-//www.dms.mvflorida.com/business operations/state_purchasing/vendor_informati... 02/21/2018 BCCO Contractor Inquiry and Complaint Search You can search our databasefor contractors that have been issued a Miami -Dade County Certificate of Competency. The results will display the contractor information, status and complaints, if any. Contractor Information Search License Number, Company Name. Contractor Complaint Search () Complaint Number or Contractor License Number, L Company Name. Enter the required information: MBGC LLC [_...... - ........._._... -_--- ,.._.,___.,.m SUBMIT j :R? SET. Thtssaarch page isoniyforMiarni-trade ContractoraTo search ro-ra Fiorids State t icenEed Contractor, dickon the State of Florida Conf adot'a�e^ Se =e: BCCO Contractor I BGCO Fro = - a 1 stale Licer Search Menu €-{oa�e 1 � out I Pifuno C)ire I=':iv�r:� I �-aai3�;ai 02001 Miami-DadeCounty-Ril9ghtsreseried_ Error during processing. Read error message beluw and click reset to go back to Selection Menu. ....................... . . NAME NOT 0N FILE BCCi3Ceniradaringuiryand Com€IaintSaarch Li;GU_Hua;e �aq. j «a aLi� ri _Saarch.I —9—m Q Ho e UAng Dursite I �6�ut I FIcna pirectory j Priva.- I Cis-laimer 02001 Miairi-Dade Caunty.All dghtsresewed. BCCO Contractor Inquiry and Complaint Search You can search our database for contractors that have been issued a Miami -Dade County Certificate of Competency will display the contractor information, status and complaints, if any. Contractor Complaint Search 0 Complaint Number or Contractor License Number. O Company Name. Enter the required information- M INERVABUNYER CE SLtsr�if RESET This search page is antyfarMia.rni-Cade Conlractors.Ta search fora Florida State Licensed Contractor, dic€con the St4tc of Ronda Cantracdsr Licenm Seafch. BCCO Gantraiior Inguiry and complaint Search 16u Home Paae I S ='-' Lcena Search' EO v House i Lbcut I i hone Giraci I Frirac±t I Ci ai ,er 02001 Miami -Dade County. A[nghtsreserved- Error during processing. Read error message betow and click reset to go back to Selection Menu. NANI.E. OT O FILE: SCCO Con adorinqui and Cn,,rqjlgint Search l 8 X )2ome inarg I C`--a=' Limn Search r`T1-j o one E sn urSi?'- I Ah ri Phone fired— I I N'�Jai .ar 02001 Miami -Dade County.All rightsreserved_ August 2, 2016 Page 3 iangxi Hongdu Aviation {aka Hongdu Aviation} Sudan China September 19, 2007 Yes KLCC Property Holdings Bhd Sudan & Iran Malaysia April 14, 2009 Yes KT Kira Seri Varllk Sudan Turkey August 2, 7 r Yes KT Sukuk Co Ltd Sudan Cayman Islands August 2, 2016 Yes KT Sukuk Varma ilk KrralAS sudan Turkey August 2, 2016 Yes Kunlun Energy Company Ltd. (fko: CNPC Hong Kong) Sudan & Iran Hong Kong September 19, 2007 Yes Kuwait Finance House Sudan Kuwait April 14, 2009 Yes Sudan India September 19, 2007 Yes Lanka IOC Ltd Sudan Morocco November9,2010 Yes Managem SA Mangalore Refinery & Petrochemicals Ltd Sudan & Iran India September 19, 2007 Yes Malaysia Marine & Heavy Engineering Holdings Bhd Sudan & Iran Malaysia March 18, 2014 Yes ;y\,�� y�� U ISC Bhd Sudan & Iran Malaysia September 19, 2007 Yes Iran Russia September 16, 2008 Yes Mosenergo Sudan India September 18, 2012 Yes Oil India Ltd. Oil & Natural Gas Corp (ONGC) Sudan & Iran India September 19, 2007 Yes ON GC Videsh Limited (OVL) Sudan & Iran India March 18, 2014 Yes Sudan Canada December 9, 2014 Yes Orca Gold Inc. Sudan & Iran China September 19, 2007 Yes PetroChina Petroliam Nasional (Petronas) Sudan & Iran Malaysia September 19, 7007 Yes Petronas Capital Limited Sudan & Iran Malaysia September 19, 2007 Yes Petronas Chemicals Bhd Sudan & Iran Malaysia June 16, 2011 Yes Petronas Dagangan Bhd Sudan & Iran Malaysia September 19, 2007 Yes Petronas Gas Berhad Sudan & Iran Malaysia September 19, 2007 Yes Petronas Global Sukuk Sudan & Iran , Malaysia ,' August 2, 2416 Yes Putrajaya Management Sdn Bhd Sudan & Iran Malaysia March 18, 2014 Yes Sinopec Capital 2013 Ltd Sudan & Iran China September 24, 2013 Yes Alm .SAi 1sr3Ei`i1d7-T]E 13rSiFO€d. -. :'a9.'+`3 li F`Fill;tich ikLE .4i;F.5i74� � :. .. .,.... :: .. 'vi$nt Ti6erpaIIiep -. .,- F"aig©i P'ass5sord? .... tr`reale an'AicoLwt:-.-::- .1.TRr, Clue ,o a SBA se -vics interruption, &M)f regi�imiits may encountea' an error -validating the SBA Supplemental Wormativrx page. If ibis happens; please contact the Federal S nvice Deslr Cfsd_goy) for help submitti agynur reb stratiora. Search Results • Your search results represent the broadest set ofrecords that match your search criteria. You may get entity -registration records that are still in progress or have been submitted, but notyetactivated. Check the status of each record. + Of note, some entities choose to opt out of public display; Even ifthey are registered in SA3i,yon will not see thclr entity registration records in a public search.You can oni see them i€poulog in as Federal Gowramentnser. You can refine your search results. Ifyou used the Quick Search; select the search filters on this page, Ifyou used one of the Adyaneed Search options, select the Edit Search button. * Ifyou ;cant to perform a new search, use the Clear button to remove your current search results. Ifyou are logged in xdth your SAai User Accuunt, you can sil eyaur search criteria to run againlatar using the Saye Search button. NOTE-, Please read this imnar"cant me sage when searching for eselusion records. . -:: � - .':��(arrr'eat$earclrTerTns:mbge�llc* J,� Gieur Search k�I ELF:IdESITI xS E Your search for "n-ibge llc" returned the follo�ying result.... By Record Stains17 Entri} s @ Active tTLSNs. ar$9rrg7Ga - C.kGE Cady '4gY6 :. . 15P['d1 Yd '$c°AecorslT}13E �..:. _� 7'ozPa9aufReg��afiuL.,-311tAsYaFds.- '. : ` . : ; indh Reeietration ISA MM.... Lserltazne: PassiN aryl 31a'i�.g3 i,i �ivpk;i �tx�,k;F.�i*4i .. '�ForgotL?�eruaartes Fwg�siPa�.+Nard? Create ana3rcoixnt . A= clue to a SEA sarvice. ixttesnaption, S 31 registrants may enCounter an error validatWg iite SRA Supplemental lufutmation pa,7. If this happens phase cantaet 211 Federal err ce Dell ffsd.goi} far help submitting your registrar cllt Search Results Your search results represent the broadest set ofrecords that match yam search criteria. You may "t entity repistratian records that are AM in progress or havebeen submitted, but not yetacti-vated. Clteck the status ofeacb record. + iifnote, saute entities choose to opt out of public. display. Even if they are registered in SAM, you'iAl not we their entity registration records in a public search. You can only see them if}vu ]og in as Federal Gm-ernment user. + Yo-u can refine your search results. If lion u=ed the Quick Search; select the search $hers on this page. If goo used one of the Adroanced Search options, select the Edit search button. • Ifyou want to perform anew search, use the Clear button to remove your currant search results.I€vnu are logged in with your s<LI User ? cr.aunt, you can save3mi s search criteria to run again later using the Save Search butfon. « NOTE Pleas read this impGttaxt message when se-amhinn for escllv,:ou records. -._. -- ... -- Current SeatrhTerms- miner,ebunket*geaxF+cleaners* GIeaI Sea€ch, ` Modified Date Descending LTER FEsuLTs __ sour search for 11-mi-nerve bimleyl geae# cleaaer5,41' returned the fullDwin �� acrice � fa?ni} ;; sr�m� acrire cis li;tcfree DUNG.trM091ie.,7A9i� �ry �y View 6et1a .,8}Re€grT .. :� €xp¢ztvIIate. nH,d.—ut9 '�: ,. ,.;E7Qbi Sehjzd:xn I.`u Ltriu>inn - - _l pl�Filt rs,� »a n ixvnxsysicyacs cry its©� sans d�v t 1 ratrAs �49` �erxstl�-r•�arg !?gratis 3Iasiix art�s5t x,- ... ' mnac crszhtnt� nil <f xo ttl..:.- rat su6:eo comet= Bflhh CSASU:44"YY.B E'.Y. f9 P,A-,=dF .: 5WWU active j Miami -Dade County, Procurement Management Page 1 of I ID Tracking Systein (Lindan U online) Application ► I Contracts ► I Vendors ► Queries ► I Reports ► t Others ► I Contact Usl Log Off f - . , — Business Business Address Bids Insurance NonPerf Info 1 Info 2 info Awarded Affidavits Attach. Gap Hest. Hiss. Reports Comments Message Work Modify Center Allocation ADPICS Previous Next Suffix Suffix Search Registered Vendor - Vendor Non -Performance History Business Information --- - --- J. Business Name cMB C LLC . _ .-__.�_ Doing Business As jMWERVA $l1NKER GEAR CLEANERS_; PBIN: suffix �04 Non -Performance History Status _ ❑Vendor Non -Performance History VPT§S- yeb;site ❑ Vendor is in arrears with Miami -Dade County Cave Non -Performance History List ...... .... ... Bid # Non -Performance (mm/ddlyyyy) Prov. Termination (mmtddlyyyy) Comments .:Save Gleai` Comments - - - - �L.Saye1 Horne I Pri++acv Statement I P selaimer I Using_LLur Site I About Us I Shone Dim I Contact Us t tIAMF AM © 2007 Miami -Dade County. All rights reserved. MM 0 https:llintra8. miamidade. gov/Apes/ISD/eProcurernent/ReizisteredVendorDetailsNew. ast)x... 02/21 /2018 Miami -Dade County Solicitation FB-00664 Solicitation FB-00664 Cleaning and repair of bunker gear Solicitation Designation: Public COUNT. Miami -Dade County 12/20/2017 8:36 AM P. 1 Miami -Dade County Solicitation FB-00664 Solicitation FB-00664 Cleaning and repair of bunker gear Solicitation Number FB-00664 Solicitation Title Cleaning and repair of bunker gear Solicitation Start Date In Held Solicitation End Date Jan 19, 2018 6:00:00 PM EST Question & Answer Jan 15, 2018 7:00:00 AM EST End Date Solicitation Contact Abelin Rodriguez 305-375-4744 abelin@miamidade.gov Solicitation Contact Basia Pruna 305-375-5018 bpruna@miamidade.gov Solicitation Contact Alonzo Joseph Procurement Contracting Officer 1 ISD - Procurement Management Services 305-375-2774 alonzo.joseph@miamidade.gov Contract Duration See Bid Documents Contract Renewal Not Applicable Prices Good for See Bid Documents Solicitation Comments Provide for cleaning, repair and inventory control of firefighter protective uniforms. Item Response Form Item FB-00664--01-01 - Cleaning and Repair of Bunker Gear Quantity 1 each Prices are not requested for this item. Delivery Location Miami -Dade County No Location Specified Qty1 Description Cleaning, repair and inventory control of fire fighter bunker gear. 12/20/2017 8:36 AM p. 2 Miami -Dade County Solicitation FB-00664 SOLICITATION NO.: FB-00664 Cleaning and repair of bunker gear Jan 19, 2018 IM I- MIAMI-DADE COUNTY, FLORIDA I N V I T A T 1 0 N T O B I D TITLE; Cleaning and repair of bunker gear FOR INFORMATION CONTACT; Abelin Rodriguez, 305-3754744, abelin@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDERIPROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON -RESPONSIVE. 12/20/2017 8:36 AM p. 3 Miami -Dade County Solicitation FB-00664 MJAMIG3ADE, -:fie�w SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These general terms and conditions are considered non- negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami - Dade County Procurement Management website by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r17-1.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING. No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically. 12/20/2017 8:36 AM p. 4 Miami -Dade County Solicitation FB-00664 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is to establish a contract for the inspection, cleaning, repair, and tracking of turnout gear for Miami -Dade County. 2.2 TERM OF CONTRACT This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department, Procurement Management Division. The contract shall expire on the last day of the sixtieth month. 2.3 METHOD OF AWARD Award will be made to the lowest priced, responsive, responsible bidder in the aggregate who meets the qualifications listed below. In situations where a bidder wishes to provide the item or service at no cost to the County, enter zero (0) on the appropriate pricing line; do not leave the line blank. Qualifications. A. Bidder(s) must be an established repair facility for advanced cleaning, inspection, repair, decontamination and tracking of structural firefighting protective ensembles in compliance with National Fire Protection Association (NFPA) Standard 1851. Bidder shall provide a copy of a letter or certificate issued by an independent third party such as; Intertek, Underwriters Laboratories, etc., documenting that the facility is in compliance. B. Bidder(s) must be authorized by the County's turnout gear manufacturers (Lion Group, Inc. and Globe Manufacturing Co.) to repair, clean and inspect the garment. Bidder(s) shall submit a letter or certificate from the manufacturers documenting stated compliance with requirements. If the County purchases turnout gear manufactured by other than the listed companies, the successful bidder shall obtain certification for the cleaning and repair of the `new' manufacturer's gear within thirty days of being notified by the County. C. Bidder(s) shall provide a list of no less than three client references who can confirm that the bidder has successfully inspected, cleaned, repaired and serviced turnout gear within the past twelve months. The following information shall be provided: company name, telephone number and/or e-mail address, and point of contact. Bidder shall provide the specified information and documents with their submittal forms and affidavits as poof of compliance with the qualifications. However, the County may, at its sole discretion and in its best interest, allow bidders to complete, supplement or supply the required documents during bid evaluation. 2.4 PRICES -1- 12/20/2017 8:36 AM P. 5 Miami -Dade County Solicitation FB-00664 2.5 The contract prices resultant from this solicitation shall prevail for no less than one (1) year from the contract's initial effective date. It is the bidder's responsibility to request any price adjustment 90 days prior to the then current 12-month term. The adjustment request should not be in excess of the relevant pricing index change. The County may consider an adjustment to price upward or downward based on changes to the Consumer Price Index (CPI), all urban consumers, workers in Miami Dade/Ft. Lauderdale Area for goods and services. The County reserves the right to negotiate lower pricing based on market research information or other factors that influence price. The County reserves the right to apply any deduction in pricing based on the downward movement of the applicable index. LOSS OR DESTRUCTION OF COUNTY PROPERTY Loss or destruction of County property by the Successful Bidder will result in the bidder being charged the remaining value of the equipment as a percentage of the current replacement cost. Example: Gear is lost in the 71" year of the 10 year life cycle and the replacement cost is $2,000. The bidder will be responsible for 30% of the replacement cost or $600. FORMULA: a. # of years used = c. X percentage to be covered by County b. total life cycle years d. 100 EXAMPLE: a. 7 years used = C. X b. 10 year life cycle d. 100 CALCULATION: Step 1: (a) 7 (# years used) x (d) 100 = 700 Step 2: 700= (b) 10 (total life cycle years) = 70% This is the percentage covered by the County Step 3: 70% x $2,000 (cost of the gear) = $1,400 This is the cost covered by the County to replace the gear Step 4: $2,000 — $1,400 = $600 This is the cost covered by the bidder to replace the gear For these computations turnout gear has a maximum ten (10) year life cycle. The bidder shall notify the County of such loss within twenty-four (24) hours of pickup. The bidder will be responsible for returning all remaining portions of the turnout gear to the County for proper disposal as required by NFPA. The County shall have the right to deduct the said charges from any outstanding amount due, or that may become due to the bidder under this -2- 12/20/2017 8:36 AM p. 6 Miami -Dade County Solicitation FB-00664 agreement, or to invoice the bidder for such damages if the costs incurred exceed the amount due to the bidder. 2.6 PICK-UP/DELIVERY REQUIREMENTS The bidder's facility shall be open Monday through Friday, from 7:00 a.m. to 5:00 p.m. Bidders will pick up three (3) days per week approximately 5-8 sets of gear from 3-5 stations per day, per annual schedule. The County will provide a detailed schedule to the bidder indicating which stations they will pick up from on each day. The days for pick-up will be Tuesday, Wednesday, and Thursday. The days for delivery will be Wednesday, Thursday and Friday. The bidder will be responsible for printing a copy of the pick-up list that will include the date, employee name, station location and the scheduled delivery for each fire station serviced during the week. The pick-up list shall be provided to the fire station personnel at each location. Delivery time for all gear being serviced (cleaning, repairs, inspections, etc.) should be no more than two (2) business days, and three (3) business days for the handling of contaminated gear. All exceptions must be requested to the appropriate County representative. Occasionally the normal scheduled pick-up by the bidder may be missed by employees who are away from the station; when this situation occurs, the employee will be allowed to drop- off the gear for cleaning/repair. The employee will provide a copy of the gear cleaning authorization voucher to the bidder for proof of notice to proceed. During the normal scheduled notifications, "dropped -off' gear shall be included and differentiated from the routine pickups. A copy of the gear cleaning authorization voucher must be included with the invoice showing prior County approval for any charges associated with the service provided. The bidder is not allowed to make alterations or add patches to the garments unless prior approval has been given by the County. All delivery timeframes shall be adhered to by the bidder(s); except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County. Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the time stated above, the County reserves the right to cancel the contract on a default basis. County employees may be authorized in writing to pick-up items under this contract. The bidder shall require written authorization and county identification prior to releasing any items. The bidder shall maintain a copy of the authorization on file as proof to release items. If the bidder is in doubt about any aspect of the material pick-up, the bidder shall contact the appropriate user department to confirm the authorization. -3- 12/20/2017 8:36 AM p. 7 Miami -Dade County Solicitation FB-00664 2.7 LOCATION OF CURRENT STATIONS The County reserves the right to add or delete stations and work sites at its discretion Location Address Logistics Inventory & Supply Bureau 6000 SW 87th Ave, Miami, FL 33173 Headquarters - HQ 9300 NW 41st St, Miami, FL 33178 Station 01 16599 NW 67th Ave, Miami, FL 33014 Station 02 6460 NW 27th Ave, Miami, FL 33147 Station 03 3911 SW 82nd Ave, Miami, FL 33155 Station 04 9201 SW 152nd St, Miami, FL 33157 Station 05 13150 SW 238th St, Homestead, FL 33032 Station 06 15890 SW 288th St, Homestead, FL 33033 Station 07 9350 NW 22nd Ave, Miami, FL 33147 Station 08 2900 Aventura Blvd, Aventura, FL 33180 Station 09 7777 SW 117th Ave, Miami, FL 33183 Station 10 17775 N Bay Rd, North Miami Beach, FL 33160 Station 11 18705 NW 27th Ave, Opa Locka, FL 33056 Station 12 - Airport 5680 NW 36th St, Miami, FL 33166 Station 13 6000 SW 87th Ave, Miami, FL 33173 Station 14 5860 SW 70th St, Miami, FL 33143 Station 15 2 Crandon Blvd, Key Biscayne, FL 33149 Station 16 325 NW 2nd St, Homestead, FL 33030 Station 17 7050 NW 36th St, Miami, FL 33166 Station 19 650 NW 131st St, Miami, FL 33168 Station 20 13000 NE 16th Ave, North Miami, FL 33161 Station 21 10500 Collins Ave, Bal Harbour, FL 33154 Station 22 15655 Biscayne Blvd, Aventura, FL 33160 Station 23 7825 SW 104th St, Miami, FL 33156 Station 24 14150 SW 127th St, Miami, FL 33186 Station 25 - Air Rescue 4310 NW 145th St, Miami, FL 33054 Station 26 3190 NW 119th St, Miami, FL 33167 Station 27 1275 NE 79th St, Miami, FL 33138 Station 28 8790 NW 103rd St, Hialeah Gardens, FL 33016 Station 29 351 SW 107th Ave, Miami, FL 33174 Station 30 9500 NE 2nd Ave, Miami, FL 33138 Station 31 17050 NE 19th Ave, Miami, FL 33162 Station 32 358 NE 168th St, North Miami Beach, FL 33162 Station 33 2601 Point East Dr. Aventura, FL 33160 Station 34 10850 SW 211th St, Miami, FL 33189 Station 35 201 Westward Dr. Miami Spring, FL 33166 Station 36 10001 Hammocks Blvd, Miami, FL 33196 Station 37 4200 SW 142nd Ave, Miami, FL 33175 Station 38 575 NW 199th St, Miami, FL 33169 Station 39 641 Europe Way, Port of Miami, FL 33132 Station 40 975 SW 62nd Ave, Miami, FL 33144 Station 41 2270 NE 186th Street, Miami, FL 33180 Station 42 65 Fisher Island Dr. Miami Beach, FL 33109 Station 43 13390 SW 152nd St, Miami, FL 33177 Station 44 7700 NW 186th St, Hialeah, FL 33015 Station 45 9710 NW 58th St, Medley, FL 33166 -4- 12/20/2017 8:36 AM p. 8 Miami -Dade County Solicitation FB-00664 2.8 2.9 Station 46 Station 47 Station 48 Station 49 Station 50 Station 51 Station 52 Station 53 Station 54 Station 55 Station 56 Station 57 Station 58 Station 59 - Airport Station 60 Station 61 Station 62 Station 63 Station 64 Station 65 Station 66 Station 69 Station 73 Station 76 Station 78 Station 99 WARRANTY REQUIREMENTS 10200 NW 116th Way, Miami, FL 33178 9361 SW 24th St, Miami, FL 33165 8825 NW 18th Terrace, Miami, FL 33172 10850 SW 57th Ave, Coral Gables, FL 33156 9798 E Hibiscus St, Palmetto Bay, FL 33157 4775 NW 199th St, Opa Locka, FL 33055 12105 Quail Roost Dr. Miami, FL 33177 11600 SW Turnpike Way, Miami, FL 33186 15250 NW 27th Ave, Opa Locka, FL 33054 21501 SW 87th Ave, Miami, FL 33189 16250 SW 72nd St, Miami, FL 33193 8501 SW 127th Ave, Miami, FL 33183 12700 SW 6th St, Miami, FL 33184 5680 NW 36th St, Miami, FL 33166 17605 SE 248th St, Homestead, FL 33031 15155 SW 10th St, Miami, FL 33194 9798 Hibiscus Street, Miami, FL 33157 1655 NE 205th Terrace, Miami, FL 33179 8200 Commerce Way, Hialeah, FL 33016 1350 SE 24th St, Homestead, FL 33035 3100 SE 8th St, Homestead, FL 33035 11151 NW 74th Street, (Dora) North) Doral, FL 975 North America Way, Miami, FL 33132 9665 Bay Harbor Terrace, Bay Harbor, FL 164335 NE 35th Ave, Golden Beach, FL 33160 4310 NW 145th St, Miami, FL 33054 The bidder shall fully warrant all repairs and cleaning furnished hereunder against defect in materials and/or workmanship for a period of ninety (90) days from date of delivery and acceptance by the County. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the warranty period, the bidder shall make the repair or replacement at no cost to Miami -Dade County, immediately upon written notice. DEFICIENCIES IN WORK The bidder shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract standards. All corrections shall be made within two business days after such rejected defects, deficiencies, and/or non -conformances are reported to the bidder by the County. The bidder shall bear all costs of correcting such rejected work including the retrieval of such items from the identified station location. If the bidder fails to correct the work within the period specified, the County may at its discretion, notify the bidder in writing that the bidder may be subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within two days of receipt of the notice. If the bidder fails to correct the work within the period specified in the notice, the County shall place the bidder in default, obtain the services of another bidder to correct the deficiencies and charge the incumbent bidder for these costs; either through a deduction from the final payment owed to the bidder or through invoicing. If the bidder fails to honor the invoice or credit memo, the County may terminate the contract for default. -5- 12/20/2017 8:36 AM P. 9 Miami -Dade County Solicitation FB-00664 2.10 BIDDER EMPLOYEES ACCESS TO STATIONS The County will provide photo ID's to the awarded bidder(s) drivers to have access to stations and other County locations for pickup. All County photo ID's must be left at the awarded bidder(s) office at the end of each work day. Access to the stations via photo ID will be from Monday thru Friday from 7:00 am to 5:00 pm. In the event of changes to the assigned driver(s), the bidder(s) must return the ID to the County and the replacement driver will be issued a new photo ID. The successful Bidder will be charged five dollars ($5.00) for the re- issue of lost or stolen ID's. Payment shall be made to: Miami -Dade Fire Rescue Department, Logistics Div., Attn. Star Rodriguez, 6000 SW 87 Ave. Miami, FI. 33173.checks 2.11 EMERGENCY SERVICES The successful bidder shall provide a point of contact (POC) which shall be available twenty- four (24) hour a day. This POC shall be authorized to commit the successful bidder for emergency services. The bidder will be expected to open their facilities within a maximum four (4) hour response time to repair, wash and decontaminate gear. The bidder will provide on -scene emergency services as required and when required by the County. Bidder will be required to report to the emergency's location within two (2) hours of receiving notification and will be expected to provide replacement gear to personnel on scene as needed. 2.12 AREA WIDE EMERGENCIES Area wide emergency is defined as an event of such scope that the whole or the majority of Miami -Dade County is affected. An example of an area wide emergency is a tropical storm or hurricane that may prevent travel and or disrupt electrical, telephone, or cell service. The bidder shall provide the County with a means to access the County's protective gear twenty- four hours a day. This access will be used to insure County firefighters have clean and healthful uniforms during area wide emergencies. 2.13 CRIMINAL HISTORY BACKGROUND CHECKS The awarded bidder will be responsible for performing criminal history background checks for each of their employees that will be gaining access to County facilities. Bidder(s) will certify this information by submitting documentation from the agency conducting background checks to the County. The County retains the right to ban any successful bidder's employee from entering County sites. 2.14 PURCHASE OF OTHER SERVICES While the County has listed all major services within this solicitation of which are utilized by the County in conjunction with its operations, there may be similar services and items that may be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the awarded bidder to obtain a price quote for the similar services. The County reserves the right to award these similar services to the successful bidder, another contract bidder or to acquire the services through a separate solicitation. -6- 12/20/2017 8:36 AM P. 10 Miami -Dade County Solicitation FB-00664 SECTION 3 TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK Advanced inspection, cleaning, repair, decontamination, barcode tracking database, and on-line reporting services of turnout gear for Miami Dade Fire Rescue Department (MDFR) in compliance with NFPA 1851-2014, or latest edition. Turnout gear includes coat, coat liner, trouser, trouser liner, helmet, hood, gloves, boots... etc. 3.2 SPECIFICATIONS Bidder's cleaning process must be compliant with the current edition of the NFPA 1851 standard and cleaning specifications and manufacturer's guidelines. The bidder must provide all the chemicals and supplies necessary for the cleaning, repair, inspection, and certification of Global and Lion outer shells, moisture barriers, and thermal liners as to not void the fabric's fire retardant capability. The bidder's facility will also be equipped with the necessary equipment for the cleaning, inspection, and repairing of the gear. The bidder shall be responsible for the separation of the garments (liners from shells) and cleaned according to manufacturer's washing instructions, drying, inspecting, hydro -static testing, and repairs (if necessary) and then re -assembling with its corresponding unit (shell with liner). The barcode on the shell must match the barcode on liner to prevent mismatched garments. Bidder must be able to process a minimum of 2,500 sets of gear, annually. Gear will be scanned into on-line database using a barcode scanner system. Specialized cleaning may be needed to decontaminate gear exposed to blood borne pathogens, chemicals, and other substances. Bidder's trained staff will notify the Inventory and Supply Bureau supervisory staff when badly damaged gear should be condemned and replaced. This will require the approval of Miami Dade Fire Rescue Department. Bidders shall not repair or clean gear that has reached the ten (10) year life cycle based on manufacture date established by the County. This gear shall be returned to the County for proper disposal. The County will not pay any charges/fees for gear mistakenly processed in error by the bidder. Definitions A) Advanced Cleaning/Inspections Advanced cleaning is a thorough cleaning of gear and gear elements accomplished by washing machine. This gear will be placed in a black bag provided by the bidder. B) Biohazard Decontamination Cleaning Biohazard decontamination cleaning is specialized cleaning that may be needed when gear is exposed to blood borne pathogens, body fluids, hazardous chemicals (including fuel, gasoline, paint and other substances), smoke and by-products of fire. Gear that has been exposed to hazardous materials or is extremely contaminated that cannot be cleaned by the bidder will be placed in red bags provided by the bidder and will not be cleaned. This gear needs to be returned to the County for proper disposal in accordance with Federal, State, and Local regulations. 12/20/2017 8:36 AM P. 11 Miami -Dade County Solicitation FB-00664 C) Heavy Soil Cleaning Heavily soiled cleaning involves cleaning materials that are imbedded in gear such as tar, oils, grease, grime, black soot, resins, sewer discharge, etc. This gear will be placed in a black bag provided by the bidder. D) Advanced Inspection Advanced inspection includes complete linear inspection that is to be conducted by trained personnel once a year or whenever routine cleaning occurs. E) Repair All repairs must be made in accordance with manufacturer's guidelines meeting the latest edition of the NFPA 1851 Standard. Bidder's staff should be trained to repair all components of the ensembles such as shells, liners and moisture barriers. Repairs may include burns, rips, tears, holes, Velcro, zippers, reflective material, leather reinforcement, alterations, hardware such as snaps etc. and any custom work needed. Bidder must use NFPA compliant repair materials from the original garment manufacturer and all thread must be 100% Nomex® meeting "Major A Seam" requirements. 1) Bidders shall notify the County in writing when badly damaged gear is not economical to repair. This gear will be placed in a white bag provided by bidder with a label showing the information shown below stating that the gear cannot be used in fire service and the reason why. 2) Gear that is suitable for fire service will be placed in a black bag provided by bidder with a label showing the following information: Date of Inspection, Cleaning and Repair Type of Gear (Turnout Coat Shell/Liner, Turnout Pants Shell/Liner) Manufacturer of the gear Manufacturer's barcode / serial number Date of Manufacture Size of gear Firefighter Name: Firefighter ID Number: Station/Location: Disposition: BER (Beyond Economic Repair) Exceeds MDFR 10-year limit Certified for fire service 3.3 CONTAINERS/BAGS/LABELS The awarded bidder shall be responsible for providing two (2) hard plastic storage containers with lids per station that are at a minimum 24" x 24" x 48" in size to accommodate multiple sets of turn -out gear. The containers are to be delivered to the stations on Mondays, prior to 5:00 pm, and are picked up on Thursday when bidder picks up the last set of bunker gear for that station. The bidder will also be responsible for providing disposable bags at each station that may require service during any given time on the pick-up schedule. The disposable bags should be 20x4x30, 0.8 mil high density polyethylene PE merchandise bags in white, red and black. The "RED" bags are for bio-hazardous contaminated gear; "BLACK' bags are for gear that requires inspection, cleaning and 12/20/2017 8:36 AM p. 12 Miami -Dade County Solicitation FB-00664 repair and the "WHITE" bags are for gear that has failed inspection or is marked for training. Plastic bags shall not be reused. The colored bags must be provided for each set of turn -out gear picked -up from the stations for processing as well as for delivery from the bidder. Additionally, the bidder shall be responsible for providing self-adhesive labels that will be left at each station that may require service during any given time. The labels will be blank with a minimum size of 3"x5" that will be used by the firefighter stating fire fighters name, station number and shift when the gear is identified for servicing. 3.4 BIDDER CERTIFICATIONS Bidder's staff must be certified by the equipment manufacturer, and trained to repair all components of the ensemble such as shells, liners, moisture barriers, etc. Repairs include but are not limited to bums, rips, Velcro, zippers, OEM reflective material, leather reinforcement, alterations, hardware such as snaps, etc. Cleaning shall be done using manufacturer approved detergents for use with all outer shell, moisture barrier, and thermal liner materials so as to not void the fabric's retardant capability. Bidder will provide all materials needed for repairs including but not limited to thread, Velcro, shell, liner, moisture barrier, hardware, etc. The exception will be the complete replacement of the moisture barrier when the barrier is deemed outside of warranty. 3.5 ALTERATION SERVICES Bidder shall be solely responsible for the fittings of existing stock coats and trousers and necessary alterations of trousers and coats for a proper fit. Alterations will allow for re -sizing of coats and trousers to accommodate more common sizes. 3.6 MANAGEING INVENTORY The bidder will provide a facility, located within Miami Dade County, capable of storing and maintaining all MDFR protective garments currently stored at MDFR Logistics store, including but not limited to turnout gear, boots, helmets, gloves, and hoods. The successful bidder shall retrieve all spare gear at a mutually agreed upon time/date for its inventory and storage. Successful bidder shall insure that all equipment is issued in such a way that all gear is issued and used prior to the end of its approved useful life (ten years). 3.7 RECORD KEEPING AND REPORTING The County currently has approximately two -thousand (2,000) sets of turnout gear in the field which are barcoded by the manufacturer and showing the month and year of manufacture. The successful bidder shall establish a web based record keeping system. This system shall have the ability to record the following data fields for each piece of gear the bidder has stored for MDFR and cleaned: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) Firefighter's name (Last, First, Middle Initial) Firefighter's Employee ID Firefighter's station (current work location) and shift Date and condition when issued (MDFR will provide report weekly) Type of gear Size of gear Manufacturer and Model name Manufacturer's identification number or serial number Month and year of Manufacture Date of advanced inspection, cleaning, testing and repair 12/20/2017 8:36 AM p. 13 Miami -Dade County Solicitation FB-00664 11) Results of testing 12) Detailed description of all repairs 13) Findings at time of advanced inspection 14) Date of gear retirement (out of service) The bidder shall record the information shown in 1 through 14 above in a format that MDFR can manipulate and generate reports from, access will be via the internet. The inventory system shall allow MDFR to generate ad -hock reports sorted by any one of the fourteen fields. This access should be secure and should only be used and accessible by authorized County personnel. Reports shall be available at no cost to the County. The online reporting should include the garments processed during each scheduled pick-up and the name of the employee the gear is assigned to, as well as garments that are no longer suitable for service. In addition to the information listed above, the bidder shall provide an email notification on the amount of sets picked up from each location and provide the names of the personnel for that gear for accountability purposes. At the completion of the contract, accumulated data shall be provided to MDFR in a media capable of being accessed by the department. Within one week of the contract's completion stored gear shall be either returned to the MDFR Logistics Section or to the new vendor as directed by the County. Lost gear shall be reimbursed as per Section 2, Paragraph 2.5. 3.8 EMERGENCY EQUIPMENT Successful bidder's work site shall be equipped with a generator capable of providing for its electrical needs. The purpose of this generator is to insure the bidder is capable of providing the County with service in the event of the loss of power. 12/20/2017 8:36 AM p. 14 Miami -Dade County Solicitation FB-00664 SECTION 4 Pricing Reference Bidder Requirements Requirements Included with Bid Section 2, Bidder shall submit with its bid proposal form a copy ISP Certification Paragraph of letter or certificate documenting the stated submitted: 2.3A requirement by an independent third party including Intertek, Underwriters Laboratories, etc. Section 2, Attach certificate/letter that your firm is authorized by Globe Paragraph Globe Manufacturing Company and Lion 2.313 Manufacturing. Lion Section 2, Attach three (3) letters of reference. Letters submitted: Paragraph Yes 2.3C No 12/20/2017 8:36 AM P. 15 Miami -Dade County Solicitation FB-00664 TURN -OUT GEAR CLEANING, INSPECTION, REPAIR DECONTAMINATION AND TRACKING ITEM EST. ANNUAL USAGE DESCRIPTION Complete Set — Coat & Pants/including shells & liners UNIT PRICE 1 1,500 sets Advanced Cleaning - Complete Set $ 2 50 sets Biohazard Decontamination Cleaning - Complete Set $ 3 10 sets Heavy Soil/Removal Cleaning - Complete Set $ 4 1 1,500 ea. Advanced Cleaning Hood $ 5 5 ea. Advanced Cleaning Coat $ 6 5 ea. Advanced Cleaning Pant $ 7 5 pair Advanced Cleaning Fire Gloves $ 8 5 pair Advanced Cleaning Rubber Boots $ 9 5 pair Advanced Cleaning Leather Boots $ 10 5 ea. Advanced Cleaning Helmets $ 11 5 ea. Advanced Cleaning Belt $ 12 40 ea. Coat Shell Repair Collar $ 13 435 ea. Coat Shell Repair Flashlight Strap w/Velcro & Snap $ 14 5 ea. Coat Shell Replace Hanging Hook $ 15 60 ea. Coat Shell Install Rescue Harness $ 16 10 ea. Coat Shell Replace Mic/Tool holder Hook/Drag/Loop $ 17 75 ea. Coat Shell Repair Shoulder Pad $ 18 5 ea. Coat Shell Replace Storm Flap-D-Ring $ 19 420 ea. Coat Shell Replace Storm Flap -Hook or Loop $ 20 30 ea. Coat Shell Replace Storm Flap -Zipper $ 12/20/2017 8:36 AM p. 16 Miami -Dade County Solicitation FB-00664 21 5 ea. Coat Shell Replace Take-up Strap $ 22 5 ea. Coat Shell Replace Take-up Strap Buckle $ 23 5 ea. Coat Shell Replace Throat Closure - Entire (Hook or Loop) $ 24 5 ea. Coat Shell Replace Name Patch - Blank Attached w/Hook & Loop $ 25 5 ea. Coat Shell Replace Name Patch - Blank Sewn On $ 26 5 ea. Coat Shell Replace Reflective Letter on Name Patch $ 27 5 ea. Coat Shell Replace Reflective Letter on Shell $ 28 5 ea. Coat Shell Replace Pocket - Bellows (Full) $ 29 25 ea. Coat Shell Replace Pocket - Bellows (Semi) $ 30 1 20 ea. Coat Shell Replace Pocket - Hand Warmer $ 31 10 ea. Coat Shell Replace Pocket - Radio $ 32 5 ea. Coat Shell Replace Entire Sleeve $ 33 10 ea. Coat Shell Replace Cuff $ 34 20 ea. Coat Shell Replace Cuff w/Hook and Loop & Snap $ 35 30 ea. Coat Shell Replace Elbow Pad - 2 Piece w/Seam $ 36 30 ea. Coat Shell Replace Elbow Pad External $ 37 1 30 ea. Coat Shell Replace Elbow Pad Sewn In $ 38 20 ea. Coat Shell Replace Water well Only $ 39 5 ea. Coat Shell Replace Water well w/Wristlet $ 40 20 ea. Coat Shell Replace Wristlet Only $ 41 10 ea. Coat Shell Refl. Trim -Remove & Replace Hardware $ 42 10 ea. Coat Shell Refl. Trim -Remove & Replace Pocket $ 43 30 ea. Coat Shell Attach Reflective Flag $ 12/20/2017 8:36 AM p. 17 Miami -Dade County Solicitation FB-00664 44 10 ea. Coat Shell Replace Refl. Trim -one Band on Coat (Pleated Back) $ 45 180 ea. Coat Shell Replace Refl. Trim -one Band on Coat (Standard) $ 46 25 ea. Coat Shell Replace Refl. Trim -Vertical Band $ 47 270 ea. Coat Shell Replace Refl. Trim -Over Pocket $ 48 180 ea. Coat Shell Replace Refl. Trim -Under Pocket $ 49 170 ea. Coat Shell Replace Refl. Trim -Over Storm Flap $ 50 5 ea. Coat Liner Replace Hook or Loop on Collar $ 51 10 ea. Coat Liner Replace Zipper $ 52 5 ea. Coat Liner Heat Seal Water well in Sleeve $ 53 5 ea. Coat Liner Replace Hook or Loop on Cuff $ 54 5 ea. Coat Liner Replace Water well Only $ 55 5 ea. Coat Liner Replace Water well w/Wristlet $ 56 25 ea. Coat Liner Replace Wristlet Only $ 57 20 ea. Pant Shell Replace Fly-D-Ring $ 58 600 ea. Pant Shell Replace Fly Hook or Loop $ 59 5 ea. Pant Shell Replace Fly - Zipper Stop or Tab $ 60 120 ea. Pant Shell Replace Suspender Button $ 61 20 ea. Pant Shell Attached Boot Access Panel w/Zipper $ 62 100 ea. Pant Shell Replace Cuff $ 63 1 220 ea. Pant Shell Replace Knee Pad External $ 64 5 ea. Pant Shell Replace Knee Pad Padded $ 65 20 ea. Pant Shell Replace Knee Pad Sewn In $ 66 5 ea. Pant Shell Replace Knee Steam Channel - Make Complete $ 12/20/2017 8:36 AM p. 18 Miami -Dade County Solicitation FB-00664 67 10 ea. Pant Shell Replace Knee Pad Fly - Hook $ 68 5 ea. Pant Shell Replace Pocket - Bellow (Semi) $ 69 350 ea. Pant Shell Replace Reflective Trim - One Band on Leg $ 70 25 ea. Pant Shell Replace Reflective Trim - Vertical Band $ 71 10 ea. Pant Shell Replace Zipper $ 72 25 ea. Replace Misc. Hole or Tear Large $ 73 1 160 ea. Replace Misc. Hole or Tear Up to 3x3 $ 74 2220 ea. Replace Misc. Hook or Loop up to 12 inches $ 75 4015 ea. Replace Misc. Hole or Loop up to 2x2 $ 76 15 ea. Misc. Sewing - Repair Pocket (per 15 min.) $ 77 130 ea. Replace Small Hardware (Rivets, Snaps, Grommet) $ 78 20 ea. Replace Pocket Flat Only $ 79 15 ea. Replace Pocket - Neoprene Liner Only $ 80 5 ea. Replace Pocket - Reinforcement $ 81 20 ea. Replace Snap w/ Liner Attachment Strap in Sleeve/ Leg $ 82 5 ea. Replace Binding - per 12 inches $ 83 435 ea. Heat seal - per 12 inches $ 84 1 130 ea. Suspender Button $ 85 1 job After Hours Emergency Services call (Per Section 2.0 paragraph 2.11) — Flat fee based on any request outside of normal business hours $ 12/20/2017 8:36 AM P. 19 Miami -Dade County Solicitation FB-00664 12/20/2017 8:36 AM p. 20 Miami -Dade County Solicitation FB-00664 MIAMI-DIADE Submittal Form Solicitation No.FB-00664 Solicitation Title: Cleaning and repair of bunker gear Legal Company Name (include dlbla if applicable): Federal Tax Identification Number: If Corporation- Date Incorporated/Organized: State Incorporated/Organized: Company Operating Address: City State Zip Code Miami -Dade County Address (if applicable): City State Zip Code Company Contact Person: Email Address: F Phone Number Company's Internet Web Address: (include area code): Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. ❑ Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. I nrAl PRFFFRFNrF rFRTIFlrATlQN- For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee), and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. ❑ Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above may render the vendor ineligible for Local Preference. 1 nrAl 1 Y-HFAnoi1ARTFRFn R11.S1NF.S.S rFRT1F1rAT1nN- For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. ❑ Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. ❑ Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access hftp:/Awm.miamidade.gov/smallbusiness/certficaton-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. 12/20/2017 8:36 AM p. 21 Miami -Dade County Solicitation FB-00664 Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes No If yes, please provide Certification Number I SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST, By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities In the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: F_- In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation. Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret proprietary or confidential_ In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date Tvae or Print Name TyDe or Print Title THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Date Type or Print Name Type or Print Title 12/20/2017 8:36 AM p. 22 Miami -Dade County Solicitation FB-00664 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Federal Employer Contract No.: Identification Number (FEIN): Contract Title: Printed Name of Affiant Name of Firm Address of Firm Notary Public - State of Subscribed and sworn to (or affirmed) before me this by Type of identification produced Signature of Notary Public Printed Title of Affiant State Notary Public Information County of day of, He or she is personally known to me Print or Stamp of Notary Public Expiration Date Signature of Affiant Date Zip Code 20 or has produced identification Serial Number Notary Public Seal 12/20/2017 8:36 AM p. 23 Miami -Dade County Solicitation FB-00664 MIA I-iOADE FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Signature Date 12/20/2017 8:36 AM p. 24 Miami -Dade County Solicitation FB-00664 SUBGONTRAGTORISUPPLIER LISTING 0 (Miami -Dade county Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposes FEIN No. F_ n accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all BiddersRoposers on Countycontracts for purchase of supplies, materials or services, ncluding professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is wanted this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the ounty. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. In the event that the recommended 3iddedProposerdemonstrates to the County prior m award that the race gender, and ethnic information is not reasonably available at that time the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, poor to final payment under the contract (Please duplicate this form if additional space is needed.) supplies/ Principal Owner Employm(s) Business Materials/ (Enter the number of male and female owners by racelalhnicity) (Enter the number of male and female employees and the number of Name and Principal�N Services to be employees by race'alhnicity) Native Native Address of Provided by First Tier Direct Supplier["NiPacific PP M F White Black Hispanic American l Other M F White Black Hispanic sieruPecific American/ qhi Supplier Islander Native Islander Nstive Alaskan Aleskan Business Scopeo or Principal Owner Employm(s) Name and to be (Enter the number of male and female owners by racelethnicity) (Enter the number of male and female employees and the number of Address of Principal Performed by employes. by race'alhnicity) Native Native Fret Tier Owner Subcontractor/ Subcontractor/ Subconsultant M F White Black Hispanic ien1acific American/ Other M F White Black Hispanic sieruPecific American/ qhi Subconsultant Islander Native Alaskan Islander Native Alaskan LlMark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on -line to the Smell Business Development of the Internal Services Department at hffp:lkw ..memdede.gwrbwiner.rbwin development-comractassp. As acondition offinal payment, BiddemProposer shall provide subcontractor information onthe Subcontractor Payment Report Sub200form which can befound at http:ity.miamidedagmibusinmsllibrarylformslsubcontractors-peyment.pdf. 1 cerhfythat the representations contained in Nus Subcontractor/Supplier listing are to the best of myknowfedge true and accurate. Signature of BidderlProposer Print Name Print Title Date 12/20/2017 8:36 AM p. 25 Miami -Dade County Solicitation FB-00664 Question and Answers for Solicitation #FB-00664 - Cleaning and repair of bunker gear Overall Solicitation Questions There are no questions associated with this Solicitation. 12/20/2017 8:36 AM p. 26 Detail by Entity Name Page 1 of 2 Florida Department of State r �fY���Utl Jf 1 Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company MBGC, LLC Filing Information Document Number L11000011932 FEI/EIN Number 80-0680015 Date Filed 01/28/2011 Effective Date 02/01/2011 State FL Status ACTIVE Principal Address 3795 NW 38 Street Miami, FL 33142 Changed: 02/13/2017 Mailing Address 780 East 134 Street Bronx, NY 10454 Changed: 11 /03/2016 Reaistered Aaent Name & Address XIRAS, JOSEPH 3795 NW 38 STREET MIAMI, FL 33142 Name Changed: 04/24/2013 Address Changed: 04/24/2013 Authorized Person(s) Detail Name & Address Title MGRM XIRAS, JOSEPH X 154-06 19TH AVE. WHITESTONE, NY 11357 Annual Reports Report Year Filed Date http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/ 15/2020 Detail by Entity Name Page 2 of 2 2018 01 /14/2018 2019 01 /12/2019 2020 01 /16/2020 Document Images 01/16/2020 --ANNUAL REPORT View image in PDF format 01/12/2019 -- ANNUAL REPORT View image in PDF format 01/14/2018 -- ANNUAL REPORT View image in PDF format 02/13/2017 -- ANNUAL REPORT View image in PDF format 11/03/2016 -- AMENDED ANNUAL REPORT View image in PDF format 02/14/2016 -- ANNUAL REPORT View image in PDF format 01/07/2015 -- ANNUAL REPORT View image in PDF format 01/08/2014 -- ANNUAL REPORT View image in PDF format 06/11/2013 -- ANNUAL REPORT View image in PDF format 03/21/2013 -- Reg. Agent Resignation View image in PDF format 04/25/2012 -- ANNUAL REPORT View image in PDF format 01/28/2011 -- Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/ 15/2020