Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Emilio T. Gonzalez,Ph.D. City Manager FROM : Annie Perez, CPPO Director of Procurement i . DATE : May 1, 2019 FILE : Recommendation for Approval to Award Contract for Promotional Items (Pre -Qualification Pool) REFERENCES: Invitation for Bid (IFB) No. 1018381 ENCLOSURES: SUBJECT RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends award of a contract, for Promotional Items (Pre -Qualification Pool), to 4imprint, Inc., Awards LLC dba Trophy World, Inc., Figment Designs, Inc., Ibiley Uniform, Inc., Holsen, Inc., Prison Rehabilitative Industries & Diversified Enterprises, Inc. dba Pride Enterprises, Promotions Rock, LLC , and World of Promotions Corp., who met all requirements, per bid specifications. Contract Number/Title: IFB No. 1018381, Promotional Items (Pre -Qualification Pool). Contract Amount: Approximately $82,600 per year ($826,000.00 in the aggregate for the term and option to renew). Contract Term: Initial term of five (5) years, with the option to renew for one (1) additional five (5) year period. Recommended Vendors: 4imprint, Inc., Awards LLC dba Trophy World, Inc., Figment Designs, Inc., Ibiley Uniform, Inc., Holsen, Inc., Prison Rehabilitative Industries & Diversified Enterprises, Inc. dba Pride Enterprises, Promotions Rock, LLC, and World of Promotions Corp. BACKGROUND: On February 20, 2019, Procurement issued IFB No. 1018381, under full and open competition. As required by the Procurement Code, the IFB was advertised and issued online. On March 26, 2019, at the bid closing ten (10) bids were received. All bid responses were evaluated and tabulated following the guidelines directed in the IFB, two (2) bids were deemed non -responsive: The bid received from Annette Green dba Coins Direct was deemed non -responsive as the company failed to submit the Bid Submittal Form as well as documentation to satisfy the three (3) year experience as required by the IFB; and the bid received from Vetmeds, was deemed non- responsive as the company failed to provide the URL for the firm's website that included the catalog of promotional items as required by the IFB. Procurement is recommending award to 4imprint, Inc., Awards LLC dba Trophy World, Inc., Figment Designs, Inc., Ibiley Uniform, Inc., Holsen, Inc., Prison Rehabilitative Industries & Diversified Enterprises, Inc. dba Pride Enterprises, Promotions Rock, LLC, and World of Promotions Corp., whom were deemed responsive and subsequently met all requirements for inclusion in the Pre -Qualification pool. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendation. PR19134 Page 1 of 2 Approved: Emilio T. G,CSnzalez, Ph.D., City Manager Date: (/l`07 c: Joseph F. Napoli, Deputy City Manager Sandra Bridgeman, CPA, Assistant City Manager, Chief Financial Officer Yadissa A. Calderon, CPPB, Assistant Director, Procurement PR19134 Page 2 of 2 Quote: 2584364 (RFQ 1018381,4) Page 1 of 3 Sourcing o Navigator} Favorites Requisitions ,Negotiations Intelligence Negotiations > Simple Search RFQ: 1018381.4 > Quote History (RFQ 1018381.4) > Quote: 2584364 (RFQ 1018381,4) Title Invitation for Bid for Promotional Items Pre - Qualification Pool Time Left 0 seconds Quote Style Sealed Quote Currency USD Contact Craven, Larry Suppliers' Quote Number Quote Status Active Note to Buyer Name Title Update Delete Attachments No results found. Requirements Horne Loaout Preferences Help Diagnostics Actions [Online Discussions Close Date 26-Mar-2019 14:00:00 Ranking price Only Supplier Trophy World, Inc. Supplier Site Quote Valid Until 31-Dec-2019 Purchase Order Shortlist Status Included Sbooi All Detail I Hide AM Details Details Section Hide General Requirements Target Value Quote Value Legal Name or Fin: Entity Type: Corporation Partnership, Sole Proprietorship, Corporation, etc. Year Established: 1,959 Office Location: City of 6400 NW 77 Ct. Miami, Miami -Dade Miami, FL 33166 County, or Other Federal Employer 59-2523055 Identification (FEUEIN) Number.: Occupational / 7499416 Business License Number: Occupational / Business License Issuing Agency: Occupational / Business License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license (s) must be submitted with your bid response): Please list and n/a acknowledge all addendum/addenda received. List the Awards LLC d/b/a TrophyWorld Miami -Dade County 30-Sep-2019 no n/a Maximum Score 0 Score 0 Maximum Score Score h ttp: //i map 1. riverside.c tngov.net:8003/OA_HTML/OA. j sp?OAFunc=PON RESENQ_V I E W ... 4/4/2019 Quote: 2584364 (RFQ 1018381,4) Page 2 of 3 addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) .., Contract Terms Variables Details Section No variables found. Deliverables Deliverable Name No deliverables found. Lines no, unable to locate this form. Will be glad to fill out and get notarized however upon receipt Total Clause Due Date Variable Status Description Alert Value Update 'TIP All prices are in USD. Quote Total (USD) 1.00 Show All Details I Hide All Details Need - Start Target Quote Target Quote By Promised Line Active Details Line Ship -To Rank Price Price Price Unit Quantity Quantity Date Date Total Quotes Scow 1 BIDDERS ARE NOT REQUIRED 261000 - 3 1.00 7 TO ENTER A UNIT PRICE IN THIS Procurement LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE BID SUBMITTAL FORM, LOCATED UNDER THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCEJiSUPPLIER SOURCING SYSTEM, ALONG WITH ANY ADDITIONAL DOCUMENTS AS REQUESTED IN THE IFB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED -35`cw 1.1Miscellaneous Promotional 261000 - 3 1 Dollar 1 1 1.00 7 Items, Imprinted. Please enter a Procurement $0,001 if firm is submitting the bid online. Do not forget to attach the http://imap l .riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIEW... 4/4/2019 Quote: 2584364 (RFQ 1018381.4) Page 3 of 3 Bid Submittal Form to your eletronic submission. Return to Ouote History (RFO 1018381,4) Actions (Online Discussions J Go Requisitions Negotiations Intelligence Horne Lcgout Preferences Help Diagnostics About this Page Privacy Statement Copyright act 2006 Oracle http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIEW... 4/4/2019 IFB NO.: 1018381 BID SUBMITTAL FORM PROMOTIONAL ITEMS PRE -QUALIFICATION POOL FIRM NAME: \,� "; 4{� e4 141r, Please check the Group(s) your firm wishes to be pre -qualified under: ['Group 1 7Group 2 ❑Group 3 ❑Group 4 ❑Group 5 All Groups Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.7 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(1) Primary Contact Information ' Section 2, Paragraph 2.7(1) Primary Contact: Z. to C. C t -i V'e 7-- Primary Address: 6 L/ c--'L) Al 1AI % 7, 67) ,,r • '4.-,1•---1 E-mail Address: Lq r r� t�c•-•,N—r4e3`�'r't j'+LIw �wt J Contact Telephone Number: 705 - .5— r) - _` —Y-S U 6',c'i- - 3(.• Cellular Phone Number (if applicable): Company Main Phone Number: 3 �j.5-- `5 - 3 ? S (✓' Fax Number (if applicable): •3 t. 5 - .Cj C,--A-- j 5 y Secondary Contact Information t`C c„t,ne. C_ -j..-V! Secondary Contact: Secondary Address: Z> 1j`I, %vet=' 77 C.+ E-mail Address: ��-C:xC^✓)v1e-_- wc-rti*+,-,'j^t't wr(c . CC: yin �--�-- -. r' ' Contact Telephone Nurr�ber. ,-��, �. _5 t:J - (5-X 57v Cellular Phone Number (if applicable): Company Main Phone Number: y 7471.) - - "' •& Fax Number (if applicable): 3.. 5 L`' S SL/ Section 2, Paragraph 2.7(2) Venior(s) shall provide their firm's websit: information where G Ii5ting of the available items may be viewed. L http:// W yV �^1 . c-, H• :1 c1'. `n'��\.1u.i 1.-(',il Section 3, Paragraph 2.7(3) Id' r.tify the categories or promotional items that can be supplied to the City. (�V, i, a,.�i�a• t 15 o�'tv� .) t A c%., t,..) t-... .'IL 1,, „,,,,A.,,./\ c-' �/',';5�.,-.AC)13•y.•S 5}t.s5I.t() TI-) • ,A,r-- -• :j �1 '- • yt4,,r.i.S V -i.)) 1),:.1X) 7-t'-)4 (1.-wt) 1h (1.`^') tom, {'v i.,Vi n) ir:.\ �ti f'', Cr'- 11� ._-_4 e- i •'"t - , C-1f,.nLnw,a'... l'r-✓ili, rr,-1S C-\•„i--4:') 'LI` jh4';.i .:., j -: 1, u Section 2, Paragraph 2.7(4) r.......,.�� ) acknowled;e have minimum of three (3) yeers in nr: v1d ng promotional items to government entitles or c;ther large entities wit': sJme FE! number, a,ge9 IFB NO.: 1018381 Reference Section Summarized Requirements Refer to the details In Section 2, Paragraph 2.6 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(5) Past Performance Reference Check #1 Company/Organization Name:(NA <. - 0 • C. c _,,,A- c-e • i Address: 1 i J NW i 7} , •.� .% ; 7 / �) ic-,; 7 J ' ),- ii k. Contact Person: \. hJ rcte \ T /Cac ; i Contact Phone Number: %-)C,+--D - --n - -'431. Contact E-mail(if applicable): . �`• - �, _„ t pp � :..fC��1J �Cu�f �` IS �t`i�-i�.r:f!j,.i,` .:'{f0`J • Date of Contractor Sale: Ie;. �'}- ter_ ; y Section 2, Paragraph 2.7(5) Past Performance Reference Check 1*2 -- Company / Or ganization Name: p.'j ‘ c ,r,.,; TD_.j,. (.: „—} 4r % r -i + . Address: Li.,2Uu. 111W —'1c,--i-u ��i-,'ck t) /'"A ,c ,..,; fr I 73 3 . f Contact Person: ems_ , U. f)i ( 1---(•[,1 i Contact Phone Number: 7 !` e. ^:' Contact E-mail (if applicable): I P 1 �. li �� S� V �� t`I Date of Contract or Sale:. 5‘. . , ,...., ). Past Performance Reference Check #3 Section 2, Paragraph 2.7(5) IContact tt Company/Organization Name: Mt k,,,; , 0,-_,L,_ C ,,-..,.•,T • `, cc. k -f-,c ;-f 1 1, Address: /�� �NYU zo-vI�c.c:n-k 7 j t t_ Contact Person: t-A, ' h,; ; e I, A \, r,' ( / Contact Phone Number: r , - r-- ' r E-mail (if applicable): +'flr } t t V 6(-f% ? Ch�.�., )--Y�,--i c i r"\ Da':e of Contract or Sala: C, S 4- 5^ 1f'-• `7 Section 2, Paragraph 2.7(6) I acknowledge have sound financial condition: anti sufiicieai: support, equipment and personnel to ensure chat they can satisfactorily execute the services:f awarded a contract under the terms and conditions stated herein. Section 2, Paragraph 2J(7) I ar:kncewledge not have any member, officer, or stockholder that is in arrears or is in default of any debt or cant, a'.t involving the City, is a oefauker surer otherwise, upor. Gan o•;Igaaoa to the City and/or has failed to perform faithfully on are,/ previous Lontract :vita the City. Section 2, Paragraph 2.7(8) acknowledge have no record of pe. d:ng iieiskits or criminal activities and have never been declared bankrupt. Section 2, Paragraph 2.7(9) , acknowledge hays no conf:ic: of in.=_re,t with the City. rage 2 Quote: 2584366 (RFQ 1018381,4) Page 1 of 3 Requisitions ' Negotiations > Sourcing Navigator Citi Favorites Negotiations Intelligence Simple Search > RFQ: 1018381,4 > Quote History (RFQ 1018381,4) > Quote: 2584366 (RFQ 1018381,4) Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Name Title Attachments WOP/CITY OF MIAMI CERTIFICATE OF INSURA`10E Title Invitation for Bid for Promotional Items Pre -Qualification Pool 0 seconds Sealed USD Rosenfeld, Layla 1018381,4 Active Home Logout Preferences Help Diagnostics Actions Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Update Delete > s-. Requirements Show All Details I Hide All Details Details Section 3 Hide General Requirements 26-Mar-2019 14:00:00 Price Only World Of Promotions Corp. 26-Apr-2019 Included Maximum Score 0 Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Target Value Quote Value WORLD OF PROMOTIONS CORPORATION Office Location: City of Miami, Miami - Dade County, or Other Federal Employer Identification (FEI/EIN) Number.: Occupational / Business License Number: Occupational / Business License Issuing Agency: Occupational / Business License Expiration Date: Will Subcontractor(s) be used? (Yes or No) Go I Score 0 Maximum Score Score 2,003 ELK GROVE VILLAGE,IL 60007 43-2028803 016-0140-7-001 STATE OF ILLINOIS - DEPT. OF REVENUE 31-Aug-2019 NO If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (Le. Addendum No. 1, 2/1/19). N/A ADDENDUM NO.1/ IFB NO. 1018381/ FEBRUARY 26,2019 ADDENDUM NO.2/ IFB NO.1018381/ FEBRUARY 27,2019 ADDENDUM NO.3/ IFB NO.1018381 / MARCH 13, 2019 ADDENDUM NO.4/ IFB NO.1018381/ MARCH 19,2019 http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIEW... 4/4/2019 Quote: 2584366 (RFQ 1018381.4) Page 2 of 3 If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18- 73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) N/A Total Contract Terms 0 0 Variables Details Section Clause Variable Description Value No variables found. - Deliverables Deliverable Name No deliverables found. Lines Due Date Status Alert Update rTIP All prices are in USD. Quote Total (USD) 1.o0 Sham Ail Details I Hide All Details Need - Start Target Quote Target Quote By Promised Line Active Details Line Ship -To Rank Price Price Price Unit Quantity Quantity Date Date Total Quotes Shev 1 BIDDERS ARE 261000 - 4 1.00 7 NOT REQUIRED TO Procurement ENTER A UNIT PRICE IN THIS LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE BID SUBMITTAL FORM, LOCATED UNDER THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCE/iSUPPLIER SOURCING SYSTEM, ALONG WITH ANY ADDITIONAL http://imap I .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIEW... 4/4/2019 Quote: 2584366 (RFQ 1018381,4) Page 3 of 3 DOCUMENTS AS REQUESTED IN THE IFB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED. Show 1.1 Miscellaneous 261000 - 4 1 Dollar 1 1 26-Mar- 1.00 7 Promotional Items, Procurement 2019 Imprinted. Please 14:01:54 enter a $0,001 if firm is submitting the bid online. Do not forget to attach the Bid Submittal Form to your eletronic submission. Return to Quote History (RFQ 1018381,41 Actions !Online Discussions Requisitions Negotiations Intelligence Home Logout Preferences Help Diagnostics About this Page Privacy Statement v] Go Copyright (c) 2006. Oracle. all rights reservad. http://imap l .riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIEW... 4/4/2019 IFB NO,: 1018381 BiD SUBMITTAL FORM PROMOTIONAL IT pIVI � S PRE -QUALIFICATION POOL FIRM NAME: '/ (/ )f ) 0i}W/lf l) S Please check the Group(s) your firm wishes to be pre -qualified under: ['Group 1 Group 2 QGroup 3 QGroup 4 ❑Group 5,/ All Groups Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2,7 (1-9) to verify that the Information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(1) Primary Contact Information Section 2, Paragraph 2.7(1) Primary Contact: Z.2l -, i 0 5�. ' /� / / / Primary Address: / % 9 Loth:, :S a .y' d 1 /" /,;Ti1f AI P / ei E-mail Address: } k / J ��SC n�P/G��Y�l l�J/��/C�rJ r C..c�� Contact Telephone Numbi.r: _ y73 9 -193 0 Cellular Phone Number (if applicable):t D 7_ ,J,7- C/V03 Company Main Phone Number: i? ?-73c5 - 77/3 p Pax Number (If applicable): fl�'�- v33 •- /. U _ // Secondary Contact Information /J / % Secondary Contact: %d1-kr" /7 _ e.._ LOp Secondary Address: 2 � j Air e • cc /2 E-mail Address: All hit A MG'c"/Jr,--- �t '1 .�, e,/?, rq Contact Telephone Number: 'h 2j7 �35 _ - ! 2- Cellular Phone Number (if applicable):'/7- 3 f 7 0 _ ()/ 7C] Company Main Phone Number: /(7_ 2)C __ 74q3,0 f Fax Number (if applicable): (.(/ - f�2 Section 2, Paragraph 2.7(2) Vendor(s) shall provide their firm's we site information where a listing of the available items may be viewed, % r http:// G((A/�.%i 0/ L`%V�If1 r ICOn. ;)4,-5/ Will Section 3, Paragraph 2.7(3) Identify the categories of promotl items that can be supplied to the City. G1 5v �� d #i41� o I'D//0/1a4- Z //?As- Hic1( Mi*, 1 Section 2, Paragraph 2.7(4) ] I acknoy4ledge have minimum of three (3) years In providing promotional Items to government entities or other large entitles with same FEI number. Page 1 IFB NO.; 1018381 Reference Section Summarized Requirements; Refer to the details In Section 2, Paragraph 2.6 (1-9) to verify that the Information provided will suffice as proof of meeting the requirements of thls solicitation. Section 2, Paragraph 2.7(5) Past Performance Reference Check #1 Company/Organization Name:Q // r 6-ad Address: % 9CC0 1' a 4 a y Contact Person; 9 a r1 f2-)r('/7j4 fJ Contact Phone Number; ?'4- (1 t. ,5- 7 '7q Contact E-mail (If applicable): Sbrr/2/?ar1 , Date of Contract or Sale: .-0/ _, 1oi 7 Section 2, Paragraph 2.7(5) Past Performance Reference Check it2 , Company/Organization Name: )d5 c, � e Co, i,j,S � ) t,- r Address: 3OQ / q c7� Contact Person: / 7.• Contact Phone Number; , 3/2. _ -'p'2) —772 r7 Contact E-mall (if applicable); /I J f//z.t ��tyCl,,,,,. Qs; / , 40/7i Date of Contract or Sale: 2.._ %aa Section 2, Paragraph 2.7(5) Past Performance Reference Check 43 Section Paragraph Company/Organization Name: 4, ;(� y)� (.. 9 C 1�{" 3P1 S. ` Address; ‘ (_..��% r 00/4 d� / Contact Person: , I, ‹ M1 0 Contact Phone Number: //U 2 - 67 1/ 7 ,., Contact E-mail (if applicable): / , / .5i97/`�6 /fa , /2p 2, 2.7(6) Date of Contract or Sale; acknowledge have sound financial conditions and sufficient support, equipment and personnel to ensure that they can satisfactorily execute the services if awarded a contract under the terms and conditions stated herein. Section Paragraph Section Paragraph 2, 2.7(7) 14 I acknowledge not have any member, officer, or stockholder that is In arrears or is In default of any debt or contract Involving the City, Is a defaulter surety otherwise, upon Oan obligation to the City and/or has failed to perform faithfully on any previous contract with the City. 2, 2.7(6) I acknowledge have no record of pending lawsuits or criminal activities and have never been declared bankrupt. Section 2, Paragraph 2.7(9) �`�' facknowledge have no conflict of interest with the City. Page 2 �CORCo CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DD/YYYY) 03/15/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confor rights to the certificate holder in lieu of such endorsement(s). PRODUCER R.C. Keller & Company 1325 Wiley Rd, Ste 136 Schaumburg, IL 60173 CONTACT NAME: Vicki Collett) (Arc. No. Eat): (847)907.4520 FAX No): (847)637-1931 al oRless: vick(@keller-co.com INSURERIS) AFFORDING COVERAGE NAIC # INSURERA: Liberty Mutual Insurance 24082 INSURED World of Promotions, Inc. 1310 Louis Ave Elk Grove Village, IL 60007 INSURER 8: INSURER C INSURER D : INSURER E • INSURER F : COVERAGES CERTIFICATE NUMBER: 00000000-0 REVISION NUMBER: 4 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF JMMIDO/YYYYI_(MMIDDIYYYY) POLICY EXP LIMITS A X COMMERCIAL GENERAL UABILITY BKS58506811 01/11/2019 01/11/2020 EACH OCCURRENCE S 1,000,000 X OCCUR DACLAIMS-MACE PREMSES(Ea occu GE TO RENTED $ 300,000 MED EXP (Any orie person) $ 15,000 PERSONAL &ADV INJURY $ 1,000,000 S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE PRODUCTS -COMP/OPAGG $ 2,000,000 $ 1 AUTOMOBILE LIABILITY ANY AUTO ON/NED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) S ! BODILY INJURY (Per person) S BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) S $ UMBRELLA UAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE_ $ AGGREGATE I $ DED RETENTIONS $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? ❑ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA XWS58506811 01/11/2019 01/11/2020 X STATUTE ! ERR- I E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Business Pers Prop BKS58506811 01/11/2019 01/11/2020 Contents $10,400 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Ave Miami, FL 33130 ACORD 25 (2016103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE (VRC) ©1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by VRC on March 15, 2019 at 01:56PM BID TABULATION IFB 1018381 - Promotional Items Pre -Qualification Pool Group 1 Group 2 Group 3 Group 4 Group 5 Awards/Desk Items Bags Caps & Hats; Clothing Mugs/Steins Miscellaneous Coins Direct "' Non Responsive Non Responsive Non Responsive Non Responsive Non Responsive Figment Designs X X X X X Pride Enterprises X X N/A N/A N/A Promotions Rock X X X X X Trophy World, Inc. X X X X X Vetmeds ** Non Responsive Non Responsive Non Responsive Non Responsive Non Responsive World Of Promotions Corp. X X X X X Holsen, Inc. X X X X X Ibiley Uniform, Inc X X X X N/A 4imprint, Inc. X X X X X ** Coins Direct as deemed non -responsive as the company failed to submit the Bid Submittal Form as well as documentation to satisfy the three (3) year experience requirement. ** Vetmeds, was deemed non -responsive as the company failed to provide the firms website information include catalog of promotional items. Prepared by: Cris Lima Approved 4/24/2019 1 Departmen erector/Designee Detail by FEI/EIN Number Page 1 of 2 Florida Department of State N `'l r/ r11YElrfl of /itj,?.org C0'pD�'_-1'(rr I,f� 00„00.a0 '"'�� +ate an official Slam /ijFloritar )11,1Atie Department of State / piyjsion of Corporations / Search Records / Qgteit Sa Document Numbgf / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Foreign Profit Corporation 4IMPRINT, INC. Filing Information Document Number F18000002846 FEIIEIN Number 39-1837105 Date Filed 06/22/2016 State WI Status ACTIVE Principal Address 101 COMMERCE ST OSHKOSH, WI 54901 Mailing Address 101 COMMERCE ST OSHKOSH, WI 54901 Registered Agent Name & Address REGISTERED AGENT SOLUTIONS, INC. 155 OFFICE PLAZA DR. SUITE A TALLAHASSEE, FL 32301 Officer/Director Detail Name & Address Title CP LVONS-TARR, KEVIN 101 COMMERCE ST OSHKOSH, WI 54901 Title DST SEEKINGS, DAVID 101 COMMERCE ST OSHKOSH, WI 54901 Title D SCULL, ANDREW http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number Page 2 of 2 101 COMMERCE ST OSHKOSH, WI 54901 Title Finance & Business Tax Services Manager Spaeth, Lisa 101 COMMERCE ST OSHKOSH, WI 54901 Annual Reports Report Year 2017 2018 2019 Document Images Filed Date 03/27/2017 02/22/2018 02/08/2019 J08/2019 — ANNUAL REPORT 02/22/2018 —ANNUAL REPORT 03/27/2017 — ANNUAL REPORT 06/22/2016 — Foreign Profit View Image In PDF format Mew image in PDF format View Image In PDF format View Image In PDF format Honda Department of Scme, O,v,sun of Carporatlons http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by Entity Name . 1)171; t.j f rj '17a 1 °r C o P Cl r: ( !IN Ilf/" ii'2 Qcpartment of State / Division of Corporation, / „earth Recnrrif, / p.ejail By Document Number. / 3122/19, 10:27 AM DIVISION OF COliPrMATIONS Detail by Entity Name Florida Profit Corporation FIGMENT DESIGN, INC. Filing Information Document Number P03000028902 FEI/EIN Number 46-3402307 Date Filed 03/11/2003 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 07/30/2008 Event Effective Date NONE Principal Address 2977 MCFARLANE RD 2ND FLOOR MIAMI, FL 33133 Changed: 04/23/2009 Mailing Address 8675 Hidden River Parkway Tampa, FL 33637 Changed: 01/20/2015 Registered Agent Name & Address BOUE,YVETTE 8675 Hidden River Parkway Tampa, FL 33637 Name Changed: 02/05/2019 Address Changed: 01/20/2015 Officer/Director Detail http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultD...rrn=figment%20design&IlstNameOrder=FIGMENTDESIGN%20P030000289020 Page 1 of 2 Detail by Entity Name Name & Address Title PD 3/22119. 10:27 AM Carollo, Andre 8675 Hidden River Parkway Tampa, FL 33637 Annual Reports Report Year Filed Date 2017 04/19/2017 2018 01/11/2018 2019 02/05/2019 Document Images 02/05/2019 —ANNUAL R PORT View image in PDF format j 01/11/2018 --ANNUAL REPORT View Image in PDF format I 04/19/2017 — ANNUAL REPORT View image in PDF format 04/29/2018 --ANNUAL REPORT View image in PDF format 01/20/2015 —ANNUAL REPORT View image in PDF format I 00/09/2014 — Reg Acent Changg View image In PDF format 01/1312014-- ANNUAL REPORT View Image in PDF format 1 01 /09/2013 — ANNUAL REPORT View image in PDF format I 04118/2012 — ANNUAL REPORT View image in PDF format _I 06/20/2011 —ANNUAL REPORT View image in PDF format 1 01/21/2011 --ANNUAL REPORT View image In PDF format 04/29/2010 -- ANNUAL REPORT View Image in PDF format 04123/2009 — ANNUAL REPORT View image in PDF format j 07/30/2008 — Amendment View image in PDF format 04/29/2008 -- ANNUAL REPORT View image in PDF format 04/11/2007 — ANNUAL REPORT View image In PDF format 02126/2007 — Amendment View image in PDF format 04/24/2006 -ANNUAL REPORT View image in PDF format 06/10/2005 — ANNUAL REPORT View image in PDF format 10/25/2004 — REINSTATEMENT View Image In PDF format J 03/11/2003 — Domestic Profit View image in PDF format ne,aa D! p3Itme r of Stnf4. C.Wilb., of C..n. nnlite.,. h ttp: //search. s unblz.org/I ngu Iry/Corporation Sea rch/Search Res u Ita.. rm=figment% 20d es ign &I IstN ameO rde r=FIGM ENTDE S I GN%20 P030 000289020 Page 2 of 2 Detail by FEI/EIN Number Page 1 of 2 Florida Department of Stale g lirroioi► (If VP, ri 2'_r'i fJ "°'ma`s rtrs official Slam u%Fbrridrr a rb;iir Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Florida Profit Corporation HOLSEN, INC. Filing Information Document Number S81176 FEI/EIN Number 65-0303057 Date Filed 09/18/1991 State FL Status ACTIVE Principal Address 655 N. BISCAYNE RIVER DRIVE MIAMI, FL 33169 Changed: 04/26/2007 Mailing Address 19496 S W24 ST MIRAMAR, FL 33029 Changed: 04/23/2004 Registered Agent Name & Address HOLSENDOLPH, DARRYL 19496 S W 24 CT MIRAMAR, FL 33029 Address Changed: 04/23/2004 Officer/Director Detail Name & Address Title P HOLSENDOLPH, DARRYL 19496 SW24 ST MIRAMAR, FL 33029 Title VP BURT-HOLSENDOLPH, WILLANDA C 19496 S W 24 ST MIRAMAR, FL 33029 http://search. sunbiz. org/Inquiry/Corporation S earch/SearchResultDetail?inquirytype=FeiNu... 3/2 8/2019 Detail by FEI/EIN Number Annual Reports Report Year Filed Date 2016 04/15/2016 2017 03/22/2017 2018 03/23/2018 Document Images 00/23/2018 -- ANNUAL REPORT 03/22/2017 — ANNUAL REPORT 04/15/2016 — ANNUAL REPORT 04/27/2015 — ANNUAL REPORT 03/31/2014 -- ANNUAL REPORT 04/30/2013 — ANNUAL REPORT 04/25/2012 -- ANNUAL REPORT 04/28/2011 -- ANNUAL REPORT 04/23/2010 — ANNUAL REPORT 04/13/2000 — ANNUAL REPORT[ 04/29/2008 —ANNUAL REPORT 04/26/2007 -- ANNUAL REPORT 05/01 /2006 -- ANNUAL REPORT 04/28/2005 — ANNUAL REPORT 04/23/2004 -- ANNUAL REPORT 04/07/2003 -- ANNUAL REPORT 04/16/2002 — ANNUAL REPORT 03/01/2001 •- ANNUAL REPORT 02/18/1999 -- ANNUAL REPORT 01/29/1998 -- ANNUAL REPORT 04/15/1997 -- ANNUAL REPORT 04/08/1996 -- ANNUAL REPORT 04/06/1995 — ANNUAL REPORT View Image in PDF format Vlew image In PDF format View image in PDF format View linage in PDF format View image in PDF format View Image In PDF format Vlew Image In PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image In PDF format View image in PDF (onnet View image in PDF formal View image in PDF format View image in PDF format View Image In PDF format View imago In PDF forrnat View image in PDF format View image in PDF format View Image in PDF format Page 2 of 2 Honda Doparonenr or Stare. onnsmon or corporations http://search.sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State ,r �I`ii iUff of on (Olaf Siam of Florida nefrrite Department of State / Division of Corporations / Search Records 1 Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Florida Profit Corporation IBILEY UNIFORM, INC. Filing Information Document Number P06000036330 FEI/EIN Number 20-5764308 Date Filed 03/10/2006 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 06/05/2009 Event Effective Date NONE Principal Address 11530 SW 120th Street MIAMI, FL 33176 Changed: 04/30/2018 Mailing Address 2263 SW 12TH ST MIAMI, FL 33135 Changed: 03/24/2014 Registered Agent Name & Address BAREA, EDUARDO 2263 SW 12TH ST MIAMI, FL33135 Name Changed: 04/30/2018 Address Changed: 04/30/2018 Officer/Director Detail Name & Address Title VP BAREA, LELAINE 2263 SW 12TH ST MIAMI, FL 33135 http://search.sunbiz.org/Inquiry/CorporationSearchlSearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number Page 2 of 2 Title President BAREA,EDUARDO 2263 SW 12TH ST MIAMI, FL 33135 Title Director, Secretary Berea, Lelany 2263 SW 12TH ST MIAMI, FL 33135 Title Director, Treasurer SUSANA KLOTZ 2263 SW 12TH ST MIAMI, FL 33135 Annual Reports Report Year Filed Date 2017 04/03/2017 2018 04/30/2018 2019 02/13/2019 Document Images 02/13/2019 -- ANNUAL REPORT 04/30/2018 — ANNUAL REPORT 04/03/2017-- ANNUAL REPORT 04/29/2016 -- ANNUAL REPORT 04/27/2015 — ANNUAL REPORT 03/24/2014 — ANNUAL REPORT 01 /19/2013 -- ANNUAL REPORT 04/11/2012 —ANNUAL REPORT 02/172011 --ANNUAL REPORT 04/20/2010 --ANNUAL REPORT 06/05/2009 — Amendment 01/19/2009 --ANNUAL REPORT 04/02/2008 --ANNUAL REPORT 12/31/2007 — Rea. Agent Change 01 /04/2007 — ANNUAL REPORT 0,5/03/2006 —Amendment 03/20/2006 — Name CharIgg 03/10/2006 — Domestic Profit View image in PDF formal Vlew image in PDF format View image in PDF format View image in PDF format View image In PDF format View image in PDF format View image in PDF format View Image In PDF format Vlew linage in PDF format View image in PDF format View Image In PDF format View image in PDF formal View imago in PDF format Vow image In PDF format View Image in PDF format View image in PDF format View Image in PDF format Vlew Image In PDF format Flonea Department at Stan, olv,sion of Corporat:of:s http://search.sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number Page 1 of 4 Florida Department of State n.1tf Uf ) J AM YJYJJJJi i g 0 ,w,,.000 >�' -'• mom, an a/riu!.tutr ofFluri:Li eeh;ltr Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Florida Not For Profit Corporation PRISON REHABILITATIVE INDUSTRIES AND DIVERSIFIED ENTERPRISES; INC. Filing Information Document Number 761105 FEI/EIN Number 59-2167018 Date Filed 12/14/1981 State FL Status ACTIVE Last Event AMENDED AND RESTATED ARTICLES Event Date Filed 09/17/2014 Event Effective Date NONE Principal Address 223 MORRISON ROAD BRANDON, FL 33511 Changed: 12/12/2012 Mailing Address 223 MORRISON ROAD BRANDON, FL 33511 Changed: 12/12/2012 Registered Agent Name & Address BREWTON, WILBUR E. 215 S. MONROE ST. SUITE 825 TALLAHASSEE, FL 32301 Name Changed: 08/05/2009 Address Changed: 03/13/2018 Officer/Director Detail Name & Address Title Chairman, Director REEVES, JAMES J 223 MORRISON ROAD BRANDON, FL 33511 http://search. sunbiz. org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number Title Director NICKLAUS, HARRY G 223 MORRISON ROAD BRANDON, FL 33511 Title VC, Director HOLDER, CARLYLE 223 MORRISON ROAD BRANDON, FL 33511 Title President EDGEMON, JACK L 223 MORRISON RD. BRANDON, FL 33511 Title CFO RADANOVICH, PETAR J 223 MORRISON RD. BRANDON, FL 33511 Title Asst. Secretary KIMINKI, DENISE A 223 MORRISON ROAD BRANDON, FL 33511 Title Treasurer, Director GAREY, ALAN L 223 MORRISON ROAD BRANDON, FL 33511 Title Secretary, Director BUSH, SHAWN D 223 MORRISON ROAD BRANDON, FL 33511 Title Director HAUSER, DAVID 223 MORRISON ROAD BRANDON, FL 33511 Title Director MUHAMMAD, TADAR Page 2 of 4 http://search. sunbiz.org/Inquiry/corporationsearcb/SearchRcsultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number Page 3 of 4 223 MORRISON ROAD BRANDON, FL 33511 Title Director HUNTER, DONALD 223 MORRISON ROAD BRANDON, FL 33511 Title Director Upchurch, James 223 MORRISON ROAD BRANDON, FL 33511 Annual Reports Report Year Filed Date 2017 04/13/2017 2018 03/13/2018 2018 08/22/2018 Document Images 08/22/2018 — AMENDED ANNUAL REPORT 03/1L3/2018 --ANNUAL REPORT 04/13/2017 — ANNUAL REPORT 03/09/2016 — ANNUAL REPORT 1 1/03/2015 -- AMENDED ANNUAL REPORT 04/16/2015 -- ANNUAL REPORT 09/17/2014 — Amended and Restated Articles 04/04/2014-ANNUAL REPORT 02/01/2013 —ANNUAL REPORT 04/11/2012 —ANNUAL REPORT 04/13/2011 -- ANNUAL REPORT 04/12/2010 — ANNUAL REPORT 08/05/2009 —ANNUAL REPORT 04/27/2000 —ANNUAL REPORT 04/07/2008 — ANNUAL REPORT 04/19/2007 — ANNUAL REPORT 05/04/2006 — Amended amd Restated Articles 04/28/2006 -- ANNUAL REPORT 04/21/2005 —ANNUAL REPORT 04/22/2004 -- ANNUAL REPORT 01 /27/2003 -- ANNUAL REPORT 03/11/2002 — ANNUAL REPORT 04/05/2001 — ANNUAL REPORT 05/17/2000 — ANNUAL REPORT 05/29/1999 — ANNUAL REPORT 01/27/1998 —ANNUAL REPORT 03/11/1997 —ANNUAL REPORT View image in PDF format View Image In PDF format Vlew image in PDF format View image in PDF format View linage In PDF format View Image in PDF format View Image in PDF format View Image In PDF format View image In PDF format View image In PDF format View Image In PDF format View Image In PDF format View Image In PDF format Vlew image In PDF format View linage In PDF format View image in PDF format View image in PDF format 1---View image in PDF format Vlew linage in PDF format View Image In PDF format View image in PDF formal Vlew Image In PDF format View image In PDF format View image in PDF formal View Image In PDF format View image in PDF format View Image in PDF format http://search. sunbiz. org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number 01 /31 /1996 — ANNUAL R EpORT 03/03/1995 — ANNUAL REPORT View image in PDF format View image in PDF format Page 4 of 4 Ronda cepartmenc ar "a03ta. Division of CorpOra0on3 http://search.sunbiz. org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEUEIN Number Page 2 of 2 Detail by FEIIEIN Number Florida Limited Liability Company PROMOTIONS ROCK LLC Filing Information Document Number L14000042983 FEI/EIN Number 46-5090677 Date Filed 03/14/2014 State FL Status ACTIVE Principal Address 3125 SW 79TH AVENUE MIAMI, FL 33155 Mailing Address 3125 SW 79TH AVENUE MIAMI, FL 33155 Registered Agent Name & Address UNITED STATES CORPORATION AGENTS, INC. 13302 WINDING OAKS COURT SUITE A TAMPA, FL 33612 Authorized Person(s) Detail Name & Address Title AMBR DIAZ, VILMA R 3125 SW 79TH AVENUE MIAMI, FL 33155 Annual Reports Report Year Filed Date 2016 04/14/2016 2017 09/21/2017 2018 03/06/2018 Document Images 03/06/2018 --ANNUAL REPORT 09/21/2017 — ANNUAL REPORT 04/14/2018 — ANNUAL REPORT 04/26/2015 — ANNUAL REPORT 03/14/2014 — Florida Limited Liability View image in PDF format View image in PDF format View image in PDF format View image In PDF format View image in PDF format Honda Department of state, OIesmn of Comorarions http://search.sunbiz. org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number Page 2 of 2 2017 2018 2019 Document Images 01/09/2017 01/15/2018 02/06/2019 02/06/2019 — ANNUAL REPORT 01/15/2018 -- ANNUAL REPORT 01/09/2017 — ANNUAL REPORT 01/22/2015 — ANNUAL REPORT 01/07/2015 —ANNUAL REPORT 01/08/2014 —ANNUAL REPORT 01/24/2013 -- ANNUAL REPORT 01/04/2012 -- ANNUAL REPORT 01/04/2011 — ANNUAL REPORT 01/05/2010 -- ANNUAL RUPQT 01/13/2000 -- ANNUAL REPORT 03/13/2008 — Florida Limited Liability View image in PDF format View image In PDF format View image in PDF format View Image In PDF format View Image In PDF format View image in PDF torma! View irnage in PDF format 1 View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image In PDF format Florida Department of State, Division of Corparamons http://search. sunbiz. org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNu... 3/28/2019 Detail by FEI/EIN Number Page 1 of 2 Florida Department of Stale DIVEiliDff ,y4g,* 0 rg C, P t p ATI r( t un u�fr! Ird 3ratr of F!uritlu web.!re Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by FEI/EIN Number Honda Limited Liability Company AWARDS, LLC Filing Information Document Number L08000026819 FEI/EIN Number 59-2523055 Date Filed 03/13/2008 Effective Date 12/17/1984 State FL Status ACTIVE Last Event CONVERSION Event Date Filed 03/13/2008 Event Effective Date NONE Principal Address 6400 NW 77TH COURT MIAMI, FL 33166 Mailing Address 6400 NW 77TH COURT MIAMI, FL 33166 Registered Agent Name & Address CRAVEZ, LARRY S 6400 NW 77 CT. MIAMI, FL 33166 Name Changed: 01/13/2009 Address Changed: 01/13/2009 Authorized Person(s) Detail Name & Address Title MGRM CRAVEZ, LARRY 9995 SW 126TH TERRACE MIAMI, FL 33166 Annual Reports Report Year Filed Date http://search. sunbiz.org/Inquiry/corporationsearch/SerarchResultDetail?inquirytype=FeiNu.., 3/28/2019 4/4/LU•l9 LAJKr/LLL. -rue uetan f(epori RLE DETAIi € PORT ++ File Number Entity Name Status Entity Type Incorporation Date (Domestic) i Agent Name Agent Street Address Agent City Agent Zip Annual Report Filing I Date f 63065455 WORLD OF PROMOTIONS, INC. ACTIVE CORPORATION i 09/03/2003 1 LAYLAMROSENFELD 1310 LOUIS AVENUE 1 ELK GROVE VILLAGE 60007 08/05/2018 Return to the Search Screen OTHER SERVICES File:Annual_Repot Adopting A$sl(medName I Type of Corp l Agent Change Date President Name & Address Secretary Name & Address I Duration Date For Year Articles of Arnenci ent Effepting A Name Change 1 I DOMESTIC SCA y. LAYLA ROSENFELD 1310 LOUIS AVEELK GROVE VILLAGE,IL.60007. SAME PERPETUAL F2018 PurChae certificate oI ►oc� �tant�ing (Ore Certificate per Transaction) [. Change of Registered. Agent and/or Registered bOffice Address] BACK TO CYSERDRIVEiLLINOIS.COM HOME PAGE httnc•f/innnnn/ ilcnc nMdrnrnnratcllrrlflnrnnrafaI Irflnnfrnllar 914 Certification Statement Please quote on this fonn, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 13-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSERNAME• 4imprint, Inc. ADDRESS. 101 Commerce St. Oshkosh, WI 54901 PHONE. 877-446-7746 FAX.866-963-9311 EMAIL: bids@4imprint.com CELL(Optional). SIGNED BY• TITLE: Bid Representative DATE. 03/13/2019 FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SIIALL DISOUALIFY THIS RESPONSE. Page 2 of 36 Certifications Legal Name of Firm: 4imprint, Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 1985 Office Location: City of Miami, Miami -Dade County, or Other Other - Wisconsin, City of Oshkosh Federal Employer Identification (FEI/EIN) Number.: 39-1837105 Occupational / Business License Number: L0247630432 Occupational / Business License Issuing Agency: Wisconsin Occupational / Business License Expiration Date: .2O 61 Will Subcontractor(s) be used? (Yes or No) No If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Page 3 of 36 Page 4 of 36 Line: 1 Description: BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THIS LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE BID SUBMITTAL FORM, LOCATED UNDER THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCE/iSUPPLIER SOURCING SYSTEM, ALONG WITH ANY ADDITIONAL DOCUMENTS AS REQUESTED LEI THE IFB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED. Line: 1.1 Description: Miscellaneous Promotional Items, Imprinted. Please enter a $0,001 if firm is submitting the bid online. Do not forget to attach the Bid Submittal Form to your eletronic submission. Category: 03752-56 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 ' PILCIA Jet citictchrizo,is Total: $ Page 5 of 36 4imprinte 4imprint — About Us Company Background 4imprint, Inc. is the top promotional products distributor in the US with over 1000 employees. We were established in 1984 and our headquarters are in Oshkosh, WI. Our core competencies include: • Exceptional Customer Service: o Dedicated Bid Team, avg. tenure of 10+ yrs. o Hours are M-F 7 am to 7:30 pm; Sat 9-Noon. CST. • Unrivaled Industry Guarantee: o Lowest Prices or Double the Difference Back o On -Time Shipment or Your Order is Free o 100% Customer Satisfaction o Free Samples, Free Art and Free Proofs • In-house Graphic Artist Team for Brand Control and Quality Assurance • Active member of the Fair Labor Association (FLA) • Patented "glideTM pricing" where you only pay for what you buy and receive a price break for each additional quantity purchased. • Process over 500,000 orders each year. Highly efficient and accurate. We are licensed with over 500 colleges & universities including the following (partial list): • University of Arizona • Colorado State University • Penn State University • Washington State University • University of Michigan • East Carolina University • Northwestern University • Boston College • Syracuse University • Rutgers, The State University of New Jersey • And many others... We work with every federal government agency, including the US Government Printing Office and we are registered in the federal SAM purchasing system. We also work with 1000's of state and local agencies. Product Information Our product offering consists of our items shown in our catalog(s) and on our website at www.4imprint.com. Our website makes ordering easy with such convenient features as: • Product Reviews • 24 Hour Service • Videos and 4imprint TV • Eco-Friendly items • Advanced Search capabilities • Free Samples for preview • Made in the USA items • Product comparisons • E-Specials and E-Newsletters • Suggested alternatives We can do research to locate items, if they are not found on our website and we can offer competitive or matching products to other websites. We have an exclusive education team available to help during office hours and to provide custom individual care to your order as well as an exclusive government team, and a bids department. For more information please contact: Shay Freund Bid Representative 4imprint, Inc. 101 Commerce St Oshkosh, WI 54901 sfreundA4imprint.com bids(a�4imprint.com iprint City of Miami IFB 101831,2 Proposal 4imprint, Inc. wishes to offer you a contracted 10% discount and at time bid is awarded a code will be assigned to your organization with that value. You will email bid requests to bids(Z 4i.mprint.com and quote or order requests to cz.ovrcqucsts(a 4imprint.com using your code. This discount is available to all products found using current pricing at www.4imprint.com. All shipping is to be FOB destination prepay and add. Minimum quantity requirements do apply. This is not to be combined with any other offer. This discount is good through 4/1/2020 and is renewable in writing when signed by both parties. Attached to this proposal is a quote that highlights a few of our popular items with your discount attached so you can see a snapshot of what our proposed offer will look like to the City of Miami. I have included these items at minimum quantity order requirements so you have a "worst case scenario". We work off of our glide TM system, so the more units you order of an item number, the lower the cost of that item. You can also enjoy our 360° guarantee. I have attached a copy of that policy for you as well. This proposal supersedes any and all previous offers. We appreciate the opportunity and look forward to working with you. 3 ny Signa e Printe Name Date 4irrixint- Main Address CRISTIANE LIMA CITY OF MIAMI PROCUREMENT DEPARTMENT 444 SW 2ND AVENUE, 6TH FLOOR MIAMI, FL 33130 Quotation 17529891 Page 1 Invoice Address Cristiane Lima City of Miami Procurement Department 444 SW 2nd Avenue, 6th Floor MIAMI FL 33130 USA Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Shipping Address Cristiane Lima City of Miami Procurement Department 444 SW 2nd Avenue, 6th Floor MIAMI, FL 33130 USA Tel: Questions Call: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com L Item Value Stick Pen Colors (Barrel,Cap/Trim) : See Below Qty Item # 500 137177 1 Coupon Description Value Stick Pen 500 - Ink Color Required : A Color Choice Required, A C Coupon Code 1 Set -Up Charge Set -Up Charge Freight Artwork Instructions Product Color (Base, Trim): A Color Choice Required,A Color Choice Required Imprint Location: Barrel Imprint Colors: White Unit $ Price $ Total $ 0.1500 75.00 75.00 0.0000 0.00 0.00 -8.5000 -8.50 -8.50 10.0000 10.00 10.00 7.46 7.46 Tax 5.35 89.31 L Item Javelin Pen Colors (Barrel,Trim) : See Below Qty 250 Item # Description Unit $ 6551 Coupon Set -Up Charge Javelin Pen 250 - Ink Color Required : A Color Choice Required, A C Coupon Code Set -Up Charge Freight Artwork Instructions Imprint Location: Barrel - Diagonal From Clip Imprint Colors: Black (Standard) 0.3900 0.0000 -11.2500 15.0000 Price $ Total $ 97.50 0,00 -11.25 15.00 8.65 Tax 97.50 0.00 -11.25 15.00 8.65 7.08 116.98 Item Textari Soft Touch Stylus Metal Pen Colors (Barrel,Trim): A Color Choice Required, A Color Choice Required Qty 100 Item # 146487 Description Unit $ Textari Soft Touch Stylus Metal Pen 1 Coupon Coupon Code 1.9900 Price $ Total $ 199.00 -23.9000 -23.90 199.00 -23.90 I imprint -- Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 1 Set -Up Charge Set -Up Charge Freight Artwork Instructions Imprint Location: Barrel- Beside Clip Imprint Colors: Laser Engrave Quotation 17529891 Page 2 I 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions CaII: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com 40.0000 40.00 17.07 Tax 40.00 17.07 15.06 247.23 Item Vienna Metal Pen & Pencil Set Colors (Barrels,Trim): A Color Choice Required, A Color Choice Required Qty Item # Description 75 105103-SET Vienna Metal Pen & Pencil Set 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge(Per Order Line) Freight Artwork Instructions Imprint Location: Pen Barrel Imprint Colors: Laser Engrave Imprint Location: Pencil Barrel Imprint Colors: Laser Engrave Unit $ 4.7500 -39.6250 40.0000 Price $ Total $ 356.25 -39.63 40.00 15.52 Tax 356.25 -39.63 40.00 15.52 24.97 397.11 L Item Cross Bailey Fountain Tip Metal Pen Colors (Barrel/Cap,Trim): Black, Silver Qty Item # 6 125663-FT Cross Bailey Fountain Tip Metal Pen 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge 1 Misc. Charge Less Than Minimum Charge Freight Description Artwork Instructions Product Color (Base, Trim): Black,Silver Imprint Location: Cap - Beside Clip Imprint Colors: Laser Engrave Unit $ 63.4900 -39.0940 10.0000 0.0000 Price $ Total $ 380.94 -39.09 10.00 0.00 7.81 Tax 380.94 -39.09 10,00 0.00 7.81 24.63 384.29 qItem Stay -Sharp Mechanical Pencil Colors (Barrel,Trim): A Color Choice Required, A Color Choice Required 4 imprint - Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Qty Item # Quotation 17529891 Page 3 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint,com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions CaII: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com Description 300 6561 Stay -Sharp Mechanical Pencil 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge Freight Artwork Instructions Product Color (Base, Trim): A Color Choice Required,A Color Choice Required Imprint Location: Barrel Imprint Colors: Black (Standard) Unit $ Price $ Total $ 0.8700 261.00 261.00 -27.1000 -27.10 -27.10 10.0000 10.00 10.00 7.00 7.00 Tax 17.07 267.97 1.-.I Item Armadillo Mechanical Pencil Qtyj 500 1 1 Item # 137180 Coupon Delivery Colors (Barrel,Trim): A Color Choice Required, A Color Choice Required Description Armadillo Mechanical Pencil Coupon Code 3rd Party Billing per Order Freight Artwork Instructions Imprint Location: Barrel- Beside Clip Imprint Colors: Black (Standard) Unit $ 0.6300 -31.5000 0.0000 Price $ 315.00 -31,50 0.00 10.30 Tax Total $ 315.00 -31.50 0.00 10.30 19.84 313.64 Li Item Blossom Pen/Highlighter - Translucent Colors (Barrel,Highlighter Ink) : See Below Qty Item # Description Unit $ 300 9273-T Blossom Pen/Highlighter - Translucent 300 - Ink Color Required : A Color Choice Required, A C Coupon Coupon Code Set -Up Charge Set -Up Charge Freight Artwork Instructions Imprint Location: Barrel- Beside Clip Imprint Colors: Black (Standard) 1.1700 0.0000 -38.1000 30.0000 Price $ Total $ 351.00 0.00 -38.10 30.00 11.15 Tax 351.00 0,00 -38.10 30,00 11,15 24.00 378.05 L Item Desktop Basketball Globe Game Colors (Game,Trim): Clear, Clear 4imps.int-, Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Quotation 17529891 Page 4 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions CaII: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com Qty 25 1 1 Item # 113036 Coupon Set -Up Charge Description Desktop Basketball Globe Game Coupon Code Set -Up Charge Freight Artwork Instructions Product Color (Base, Trim): Clear,Clear Imprint Location: Front Imprint Colors: Black (Standard) Unit $ Price $ Total $l 10.1900 254.75 254.75 -31.4750 -31.48 -31.48 60.0000 60.00 60.00 10.22 10.22 Tax 19.83 313.32 Item Pedova Zippered Padfolio Qty Item # 12 111112 1 Coupon 1 Set -Up Charge Colors (Padfolio,Trim): A Color Choice Required, A Color Choice Required Description Pedova Zippered Padfolio Coupon Code Set -Up Charge Freight Artwork Instructions Product Color (Base, Trim): A Color Choice Required,A Color Choice Required Imprint Location: Front Center Imprint Colors: Deboss Unit $ 20.9900 -31.6880 65.0000 Price $ 251.88 -31.69 65.00 11.76 Tax Total $ 251.88 -31.69 65.00 11.76 19.96 316.91 Item Value Grocery Tote - 13" x 12" Colors (Tote,Trim): A Color Choice Required, A Color Choice Required Qty Item # 100 106836-1312 1 Coupon 1 Set -Up Charge Description Value Grocery Tote - 13" x 12" Coupon Code Set -Up Charge Freight Artwork Instructions Imprint Location: Front Imprint Colors: Pantone 328C Teal Unit $ 1.4500 -19.5000 50.0000 Price $ Total $ I 145,00 -19.50 50,00 11.16 Tax 145.00 -19.50 50,00 11.16 12.29 198.95 4imprint-- Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Quotation 17529891 Page 5 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions Call: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com Item Cotton Sheeting Natural Economy Tote - 15-1/2" x 15" Qty 100 Colors (Tote,Trim): Natural, Natural Item # 1105-1515 Coupon Set -Up Charge Description Cotton Sheeting Natural Economy Tote - 15-1/2" x 15" Coupon Code Set -Up Charge Freight Artwork Instructions Product Color (Base, Trim): Natural,Natural Imprint Location: Front Imprint Colors: Black (Standard) Unit $ 2.0900 -24.4000 35.0000 Price $ 209.00 -24.40 35,00 12.87 Tax Total $ 209.00 -24.40 35.00 12.87 15.37 247.84 11 Item 4imprint Business Attache - Embroidered Colors (Attache,Trim): Black, Black 1 Qty Item # 12 6012-E 1 Coupon 12 *Embroidery 1 *Embroidery Description 4imprint Business Attache - Embroidered Coupon Code Embroidery Run Charge Tape Charge Freight Artwork Instructions Product Color (Base, Trim): Black,Black Imprint Location: Front Pocket Imprint Colors: Black (Standard) Unit $ 19.9500 -27.4400 0,0000 35.0000 Price Total $ 239.40 -27.44 0.00 35.00 22.62 17,29 239.40 -27.44 0.00 35.00 22.62 Tax 286.87 Item Square Non -Woven Lunch Bag Qty Item # Description Colors (Lunch Bag,Trim): Charcoal, Charcoal Unit $ 100 109470 Square Non -Woven Lunch Bag 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge Freight Artwork Instructions Product Color (Base, Trim): Charcoal,Charcoal Imprint Location: Front 2.9900 -35.4000 55.0000 Price $ Total $ 299.00 -35.40 55.00 36.12 Tax 299.00 -35.40 55.00 36.12 22.31 377.03 .1 t-I-T rinra Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Imprint Colors: White Quotation 17529891 Page 6 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions CaII: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com FI Item KOOZI E® 6-Pack Kooler Colors (Kooler,Trim): Apple Green, Black Qty Item # Description 48 74001 KOOZIE® 6-Pack Kooler 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge(Per Order Line) Freight Artwork Instructions Product Color (Base, Trim): Apple Green,Black Imprint Location: Front Imprint Colors: Black (Standard) Unit $j 4.6900 -28.0120 55.0000 Price $ Total $ 225.12 -28,01 55.00 25.70 Tax 225.12 -28.01 55.00 25.70 17.65 295.46 L; Item Pocket Coolie Qty Item # 150 110 1 Coupon 1 Colors (Outside,Inside): A Color Choice Required, A Color Choice Required Description Pocket Coolie Coupon Code Set -Up Charge Set -Up Charge (1st Color) Freight Artwork Instructions Product Color (Base, Trim): A Color Choice Required,A Color Choice Required Imprint Location: Back Imprint Colors: Black (Standard) Imprint Location: Front Imprint Colors: Black (Standard) Unit $ 0.9900 -19.8500 50.0000 Price $ 148.50 -19,85 50.00 8.65 Tax Total $ 148.50 -19.85 50.00 8.65 12.51 199.81 LI Item Bottled Water Wetsuit -16 oz. Qty Item # Colors (Outside,lnside): A Color Choice Required, A Color Choice Required Description 100 1179 Bottled Water Wetsuit - 16 oz, 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge Freight Unit $ 2.9900 -34.9000 50.0000 Price $ 299.00 -34.90 50.00 22.29 Tax Total $ 299.00 -34,90 50.00 22.29 21.99 mprint- Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Artwork Instructions Imprint Location: Front & Back Imprint Colors: Black (Standard) Quotation 17529891 Page 7 101 Commerce St PO Box 320 Oshkosh, WI 54901 www4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions CaII: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com 358.38 IPItem Price -Buster Cotton Twill Cap - Screen Colors (Cap,Trim): A Color Choice Required, A Color Choice Required Qty Item # Description 96 4893-S Price -Buster Cotton Twill Cap - Screen 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge Freight Artwork Instructions Imprint Location: Front Imprint Colors: Black (Standard) Unit $! Price $ Total $' 2.9900 287.04 287.04 -32.7040 -32.70 -32.70 40.0000 40.00 40.00 12.57 12.57 Tax 20.60 327.51 Item Mesh Back Trucker Cap - Screen Qty 96 1 1 Item # 8169-S Colors Color Choice Required 1 Description Mesh Back Trucker Cap - Screen Coupon Coupon Code Set -Up Charge Set -Up Charge Freight Artwork Instructions Imprint Location: Front of Cap Imprint Colors: Pantone 282C Blue Unit $J 3.2500 -35.7000 45.0000 (Cap Front,Mesh Back): A Color Choice Required, A Price $ Total $j 312.00 -35.70 45.00 12.57 Tax 312.00 -35.70 45.00 12.57 22.49 356.36 Item Front Runner Cap - Embroidered Colors (Cap,Trim): A Color Choice Required, A Color Choice Required Qty 48 1 48 1 Item # Description 103008-E Coupon *Embroidery *Embroidery Front Runner Cap - Embroidered Coupon Code Embroidery Run Charge Tape Charge Freight Unit $ 5.6500 -30.6200 0.0000 35.0000 Price $ 271.20 -30,62 0,00 35.00 14.00 Tax Total $ 271.20 -30.62 0.00 35.00 14.00 19.29 4imprints Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Artwork Instructions Imprint Location: Front Imprint Colors: Black (Standard) Quotation 17529891 Page 8 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions Call: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint,com 308.87 Item Benton Knit Beanie Qty 48 1 48 1 Item # Colors (Beanie,Trim): A Color Choice Required, A Color Choice Required Description 109783 Coupon *Embroidery *Embroidery Benton Knit Beanie Coupon Code Embroidery Run Charge Tape Charge Freight Artwork Instructions Imprint Location: Front Imprint Colors: Pantone 282C Blue Unit $ 5.9500 -32.0600 0.0000 35.0000 Price $j 285.60 -32.06 0.00 35,00 7.67 Tax Total $ 285.60 -32.06 0.00 35.00 7.67 20.20 316.41 LI Item Sport Bottle with Push Pull Lid - 20 oz. - White Qty Item # Colors (Bottle,Lid): A Color Choice Required, A Color Choice Required Description 200 10510 Sport Bottle with Push Pull Lid - 20 oz. - White 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge Freight Artwork Instructions Imprint Location: Wrap Imprint Colors: Pantone Reflex Blue C Unit $ 0.9500 -24.0000 50.0000 Price $ Total $ 190.00 -24.00 50.00 48.00 Tax 190.00 -24.00 50.00 48.00 15.12 279.12 LiItem Simplex Tumbler with Straw -16 oz. Colors (TumblerStraw): A Color Choice Required, A Color Choice Required Qty Item # Description Unit $ 48 143770 Simplex Tumbler with Straw - 16 oz. 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge Freight 4.8900 -28.9720 55.0000 Price $; Total $ 234.72 -28.97 55.00 20.62 Tax 234.72 -28.97 55.00 20.62 • 18.25 4iffijiit-. Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Artwork Instructions Imprint Location: Side One Imprint Colors: Yellow C Quotation 17529891 Page 9 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint,com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions Cali: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com 299.62 LIItem Custom Accent Stainless Travel Mug - 16 oz. Qty Item # Colors (Outer WaII,Inner Wall/Slider): AColor Choice Required, A Color Choice Required Description Unit $1 50 138132 Custom Accent Stainless Travel Mug - 16 oz. 1 Coupon Coupon Code 1 Set -Up Charge Set -Up Charge Freight Artwork Instructions Imprint Location: Side One Imprint Colors: Yellow C Price $ Total $ 3.6900 184.50 184.50 -23.9500 -23.95 -23.95 55.0000 55.00 55.00 18.72 18.72 Tax 15.09 249.36 L Item Challenger Coffee Mug - Color - 11 oz. Colors (Mug,Trim): Black, Black Qtyi Item # 36 4920-C 1 Coupon 1 Set -Up Charge Description Challenger Coffee Mug - Color - 11 oz. Coupon Code Set -Up Charge (1st Color) Freight Artwork Instructions Product Color (Base, Trim): Black,Black Imprint Location: Front Imprint Colors: Black (Standard) Unit $ 2.7500 -14.9000 50.0000 Price $i Total $1 99.00 99.00 -14.90 -14.90 50.00 50.00 28.30 28.30 Tax 9.39 171.79 Item Closed -Back Table Throw - 6' Colors (Throw,Trim): A Color Choice Required, A Color Choice Required Qty Item # 2212 Coupon Misc. Charge Description Closed -Back Table Throw - 6' Coupon Code Add for Carry Case Freight Unit $ Price $ Total $ 169.0000 169.00 169.00 -16.9000 -16.90 -16.90 0.0000 0.00 0.00 9.37 9.37 Tax 10.65 _imprint°_. Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Quotation 17529891 Page 10 i 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions Call: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com 172.12 Artwork Instructions Product Color (Base, Trim): A Color Choice Required,A Color Choice Required Imprint Location: Front -Center Imprint Colors: Heat Transfer Item Ideal Retractable Banner Display - 31-1/2" Colors (Banner,Hardware): Full Color, Silver Qty 1 Item # 144500-31 Coupon ' Description Ideal Retractable Banner Display - 31-1/2" Coupon Code Freight Artwork Instructions Product Color (Base, Trim): Full Color,Silver Imprint Location: Banner Imprint Colors: Full Color Unit $ 129.0000 -12.9000 Price $1 129.00 -12.90 10,20 Tax Total $I 129.00 -12.90 10.20 8.13 134.43 Item Value Indoor Banner - 3' x 5' Colors (Banner,Grommets): White, Brass Qtyl 1 1 Item # 111557-35 Coupon Description Value Indoor Banner - 3' x 5' Coupon Code Freight Artwork Instructions Product Color (Base, Trim): White,Brass Imprint Location: Banner Imprint Colors: Full Color Unit $! 75.0000 -7.5000 Price $!( 75.00 -7,50 7.81 Tax Grand Total Total $ 75.00 -7.50 7.81 4.72 80.03 7,484.77 11T pr1llt� Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Quotation 17529891 Page 11 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions Call: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com METHOD OF PAYMENT [ ] We previously ordered from you on open account. [ ] We are well rated with Dun & Bradstreet. My D & B number is [ ] Please fax us a Credit Application. We understand that our order will not go into production until your application is approved, which may take 2-3 weeks. [ ] Enclosed is a check in the amount of $ payable to 4imprint. [ ] We will pay by credit card. ***IMPORTANT**** To place your order please let your customer service representative know you would like to proceed along with providing any artwork or changes to the quote that are needed. If paying by credit card please call your customer service representative with your credit card details. Please visit our website-www.4imprint.com Shipment Details 4iinprint, Quotation Number: Quote Date: Quote Valid Until: Account No.: 17529891 March 13, 2019 April 12, 2019 4600847 Quotation 17529891 Page 12 101 Commerce St PO Box 320 Oshkosh, WI 54901 www.4imprint.com Toll Free: 877-446-7746 Free Fax: 800-355-5043 Questions CaII: Phone: Fax: Email: Shay Freund 877-446-7746 Ext. 8466 866-963-9311 sfreund@4imprint.com Shipment to Qty b i Item # Estimated Ship Date Address as above. 500 137177 250 6551 100 146487 75 105103- SET 6 125663-FT 300 6561 500 137180 300 9273-T 25 113036 12 111112 100 106836- 1312 100 1105-1515 12 6012-E 100 109470 48 74001 150 110 100 1179 96 4893-S 96 8169-S 48 103008-E 48 109783 200 10510 48 143770 50 138132 36 4920-C 1 2212 1 144500-31 1 111557-35 Carrier, service UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) UPS Ground (Parcel) Estimated Delivery Date Mar 13 2019 Mar 13 2019 Mar 132019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 132019 Mar 13 2019 Mar 132019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar 13 2019 Mar132019 Mar 13 2019 Mar 13 2019 Freight 7.46 8.65 17.07 15.52 7.81 7.00 10.30 11.15 10.22 11.76 11.16 12.87 22.62 36.12 25.70 8.65 22.29 12.57 12.57 14.00 7.67 48.00 20.62 18.72 28.30 9.37 10.20 7.81 4impri l.'4 Our 360° Guarantee ® Means you're covered from every angle. Satisfaction We promise the product will meet your expectations and your imprint will be exactly as you approved it, or we'll rerun your order or refund your money - your choice. Free & Easy Free samples, free art assistance and lightning -fast service from people who make ordering easy. Lowest Prices If you find a lower advertised price within 30 days of your purchase, let us know and we'll refund double the difference in prices. On -Time Shipment If your event is missed because we didn't ship on time, your order is on us. Ordering is easy, we help you every step of the way! Need to see a sample? No problem! We're happy to send you FREE samples (with random imprints) so you can see a product before you order. Just click 'request a free sample' on any product page or give us a call, we're happy to help! Absolutely FREE professional art assistance. You get FREE logo prep and design help on every item we sell — you don't need to do the work yourself — we'll do it for you! Whether you'd just like your logo on a product, or you'd like to add text, additional graphics or you need a complete logo created - we'll do the work, FREE! And you'll always get a FREE 'e-proof' before we proceed with your order! Personal, expert service on every order. Whether you're on the web or over the phone (we're happy to work either way!), every order is cared for by people who will make sure every detail is as you wish. This includes an experienced promotional product expert who will work with you personally on your order and our team of professional 'artists. It's like having additional members of your own marketing team whenever you need them! 11nprint c; Reference Sheet Anna Locklier Purchasing Coordinator University of Alabama Tuscaloosa 205-348-2258 amlocklier@ua.edu Anthony Galindo Purchasing Agent Maricopa County 602-372-0679 anthony,galimio@mail.maricopa.gov Erin Clarke VA Canteen Service Department of Veterans Affairs Erin.clarkeCalva. gov Beth Dawson Columbus Regional Health 812-376-5352 bdawsosai:rh.oi g 4imprinto Proposed Staffing Plan Bid Desk Representative: Shay Freund sfreund@4imprint.com or bids(aAimpLint.com 877-446-7746 ext. 8466 Direct Fax: 866-963-9311 Government Team: You will have a dedicated team who goes above and beyond to fulfill this contract, far past the bidding process. The direct line for the government team is 877-446-7746 extension 5523, You will be working with a hand-picked 4imprint team member to make your process smooth and easy. Each member of the team is specially trained and only works with Government accounts just like yours. They are accessible Monday through Friday from 7:OOam to 10:OOpm CST — and one of the best parts: you will not wait in a queue whenever you choose to call. When your awarded bid is assigned to our 4imprint Government team, you will receive the following breadth of services (along with hundreds of combined years of customer service experience): a. Our 360 Degree Guarantee —you will get the lowest price of your branded product anywhere in the industry (if we did not beat a competitor's price, you will get back double the difference in pricing) b. On -tune shipment (or your order is free) c. 100% satisfaction (if you're not satisfied with your order, we'll either refund your money or rerun your order) d. Free samples (ask us about our Blue Box® mailings) e. An in-house graphic artist team for brand control and quality assurance f. Free graphic art design g. Glides' pricing for non -bid items, patented by 4imprint (see ht tps://www.businesswire.coin/new s/home/20080506006632/en/4imprint-glide- S M-Reinvents-Promotional-Products-Pricin CCit of tami ANNIE PEREZ, CPPO EMILIO T. GONZALEZ, PH.D. Procurement Director City Manager Shay Freund 4imprint, Inc. 101 Commerce St Oshkosh, WI 54901 April 11, 2019 SENT VIA EMAIL: bids(u�4imprint.com RE: Notice to Cure — Invitation for Bid ("IFB") 1018381 — Promotional Items Pre -Qualification Pool. Dear Shay Freund: The City of Miami's Procurement Department ("Procurement") is in the process of evaluating the bid response submitted by 4imprint, Inc., ("4imprint") for IFB No. 1018381, Promotional Items Pre - Qualification Pool. Our initial review has revealed that additional information is required in order to determine if the bid is responsive to the requirements of the IFB. Pursuant to Section 3.1, Specifications/Scope of Work of this IFB, it was required for "Bidders to complete and return the Bid Submittal Form in the header notes and attachment section.." in the Oracle System. Additionally, 4imprint failed to acknowledge receipt of Addendum Nos. 1, 2, 3 and 4 in the attached Certification Statement. Your response to this letter, along with ALL the documentation requested, must be emailed to clima(c�miamigov.com or faxed (305) 400-5009 to the attention of Ms. Cristiane Lima, by no later than Friday, April 19, 2019 at 12:00 PM. Failure to respond by the required deadline may constitute grounds for deeming your bid as non -responsive. If you have any questions as it pertains to this notification, please feel free to contact Ms. Lima at 305-416-1904. Thank you for your cooperation. Enc. Sincerely, r ; Annie/Perez, CPPO Chief/Procurement Officer Certifications Legal tisme. G Finn: din ino. Entity Type; Partnership,. Sole Proprietorship; Corporation,. ete,. Corpotation Yeat.Elstabbilied: 1 .11,15 Office Location; City ei`Mi Dade County, or Other Other- Wisconsin, City of Oshlosh Fedv.ral fianianye.r Identi rico (iou (FTWEIN) Number.: 39-1 83-7105 Oeeupniiona) Businoza Lic Number; L0247630432 Occupational. f Basin= Lice WO LiS11 I g Agency: Ciscons in Ocoupatiuna) Mirthless License apirntion Date: 1/1 Pi)90 gt;- WII SubmutraciorD) hc, us:ed? ('ecs or No) Nc If silk:mamma-4) will be utilized, provide their nam, address and Cho thrtion of the work they wift bt msponsible, for under this contract (a copy of their liecnse(s) 11111.91 bc submitted wih your bid response.): mit.r.101. pr.,,sktozneur., wet i:Plf.,ase list and act; nowiedge al 1,addendomia dttenda received. List the atidencinintitddenatutober.and' iia6 of meipt (Le, :Addendum:No.1, .2.11119)_ If ill? fiActoduinheci6ildzi W ,)/ a797-14, /1-tctuvilt Ai A Yk(1,0 US, Qt- (63K3-o ileaticiaLuin 4 1,461A If Bidder has Et Local ttce, as defined ander Apia 18/Artiele,111, Section 18.73 af the City Code, has Biddur filled out, not/rind, [taxi included with le bid response the "City of Miami. Loc41 Office Certitiettliee fon-n7 YES OR NO? (The City of lidiarni Local Office Certification fonn is toeated tho oracfc aure.Erig systtnit (iSupplier'"), under the liezidoriNotes and Attachments Section of this solicitation) Page 3 of 36 Certifications Legal Name of Finn: 4imprint, Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Corporation Year Established: 1985 Office Location: City of Miami, Miami -Dade County, or Other Other - Wisconsin, City of Oshkosh Federal Employer Identification (FEI/EIN) Number.: 39-1837105 Occupational / Business License Number: L0247630432 Occupational / Business License Issuing Agency: Wisconsin Occupational / Business License Expiration Date: Will Subcontractor(s) be used? (Yes or No) No If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Page 3 of 36 Lima, Cristiane From: Sent: To: Subject: Attachments: Shay Freund <sfreund@4imprint.com> Thursday, April 11, 2019 2:53 PM Lima, Cristiane RE: IFB No.1018381 — Promotional Items Pre -Qualification Pool, 4imprint.pdf CAUTION: This is an email from an external source. Do not click links or open attachments unless you recognize the sender and know the content is safe. Attached is all of the paperwork that I could find on the procurement site. Please let me know if I am still missing anything. Thank you for the opportunity! Thank you! Shay Freund Government Team / Bids sfreund@4imprint.com bids@4imprint.com Phone 1-877-446-7746, ext. 8466 Direct Fax 866-963-9311 Web www.4imprint.com From: Lima, Cristiane [mailto:CLima@miamigov.com] Sent: Thursday, April 11, 2019 11:16 AM To: Bids <Bids@4imprint.com> Subject: IFB No.1018381—Promotional Items Pre -Qualification Pool. Importance: High Good Morning, Please find attached important information. Respectfully, Cris L✓�N�a City of Miami Procurement Department 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 11: 305 416-1904 8: 305 400-5009 clima@miamigov.com www,miamigov.com/procurement "Serving, Enhancing, and Transforming our Community" 1 IFB NO.: 1018381 BID SUBMITTAL FORM PROMOTIONAL ITEMS PRE -QUALIFICATION POOL FIRM NAME: 1. 101 (I'll" Please check the Group(s) your firm wishes to be pre -qualified under: DGroup 1 DGroup 2 DGroup 3 DGroup 4 ❑Group 5 kIJAII Groups Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.7 (1-9) to verify that the information provided will suffice as proof of meelng the requirements of this solicitation. Section 2, Paragraph 2.7(1) Primary Contact Information Section 2, Paragraph 2.7(1) Primary Contact: ,i1u-��Qtl�l }h,� ''��CC I �I Primary Address: ID ( X� Yl . D3111� 1J Y 1 , �I� 5�yo I E-mail Address: ,h66-4i1/1(V)rjy1tie,00 Contact Telephone Number: �'--`ILllj--7-u In � eX4, CS1J(ce Cellular Phone Number (if applicable): Nip, Company Main Phone Number: $71-LigG-4741) Fax Number (if applicable): 411t4 -cj 0-- q3l l Seconday Contact Information Seconday Contact:4W �}�-tV(1SKi'q(,(4,{'� , t I / / Secondary Address: lb I I,DInilea e St. 0 ll, to] 51-1( o /Xl� E-mail Address: oDV(e ,,,,, ,a4/)�'j pvi i7LLj Mil ,I) ( ContactTelephorveNum er: 31 -Agit tid-7,LLt U ex.f•- 80:111 Cellular Phone Number (if applicable): A 1i1- Company Main Phone Number: 1-1-11`/cV-77'70 Fax Number (if applicable): gj 10E1 •, 53) _ f 7 1 Section 2, Paragraph 2.7(2) Vendor(s) shall provide their firm's website information where a listing of the available Items may be viewed. http://NNojA.impY a-elCan Section 3, Paragraph 2.7(3) Identify the categories of promotional�*items s thatcan bepsupplied tonthe City. (J� y� rJ, Avt1u, Fj"Th / NDS/ 1 av,li in , e, Red A l,antLi, b k if J"lwnati Vtiwr 1 La %re/ ,9 4/itry, kti f 61 up T s 41\iJe1-hes, •1fatte Ow ASim i1 Vio v 3s 6 Sakky Ofif11(1. Section 2, Paragraph 2.7(4) kl acknowledge have minimum of three (3) years in providing promotional items to government entities or other large entitles with same FEI number. Page 1 IFB NO.: 1018381 Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.6 (1-9) to verify that the information provided will suffice as proof of meelng the requirements of this solicitation. Section 2, Paragraph 2.7(5) Past Performance Reference Check i11 Company/Organization Name: Address: V3J�,pIV4''k Q Il!�,1 as&I Ai, la'' Y(%= (i_35`C/(Uj ) Contact Person: „ ANA 1.., Kiwi Contact Phone Number: !— "f "11�y 2269 Contact E-mail (if applicable): arliodi' w 49 Va, I id() Date of Contract or Sale: -.3- (/ 1,(c, Section 2, Paragraph 2.7(5) f Past Performance Reference Check fit Company/Organization Name j{iC('p6, 11t1H' i); I �(_t , Address: 4V41 L)(ppfl W l , N l /Ifv-ipi ll\ Contact Person: t fl-f 1 '] f G`(;_L() Contact Phone Number: ifi 2,.31)... (rul -f`"1 Contact E-mail (if applicable): Date of Contract or Sale: ICY t i/ Section 2, Paragraph 2,7(5) Y Past Performance Reference Check #3 Company/((Organization Name: V 7 r(lrc rj��)�[aii`cl �i�l �� , n, Jv1('e_v Address: Pce1'rq ee)i'1ad- Via ein 01I1 Contact Person: CAIr 1 Cia.rte— Contact Phone Number: IPA /W rf,Jiov& Contact E-mail (if applicable): t lun— ,00/ke-01/02, g-7V Date of Contractor Sale: / -I-. ( aL_. Section 2, Paragraph 2.7(6) I acknowledge have sound financial conditions and sufficient support, equipment and personnel to ensure that they can satisfactorily execute the services.if awarded a contract under the terms and conditions stated herein. Section 2, Paragraph 2.7(7) 0 I acknowledge not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon 0an obligation to the City and/or has failed toperform faithfully on any previous contract with the City. Section 2, Paragraph 2,7(8) V I acknowledge have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. Section 2, Paragraph 2.7(9) I acknowledge have no conflict of interest with the Clty. F Page 2 OldofSfat eiy6J1 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter I8, Article III, Section 18-73) Solicitation Type and Number: (i.e. IFQ/IFI3/RFP/RFQ/RFLI No. 123456) Solicitation Title: (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed Iease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Ivliaini- Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 1 FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: 0,4- Does Bidder/Proposer conduct verifiable, II. time, on -site employment at the local ffice for a minimum of forty (40) hours er calendar week? ri --- YES _ NO If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the lease? — --- YES NO N/A Has Bidder/Proposer enclosed a copy of th Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? City of Miami: YES NO E Exempt Cite Exemption: Miami -Dade County: YES � NO , Exempt Cite Exemption: Has Bidder/Proposer enclosed a co of the license, certificate of comet cy and certificate of use that auth •izes the performance of Bidder/Proposer' business operations? II II — YES u NO Bidder/Proposer's signature becertifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. 4V,i4 LLri Print Name (Bidder/Proposer Authorized Representative) Signature 2 FORM -City of Miami Local Office Certification 7/22/2013 9/ll-icy Date STATE OF FLORIDA COUNTY OF Certified to and subscribed before me this day of , 20 , by (NOTARY SEAL) (Signature of Notary Public -State of Florida) (Name of Notary Typed, Printed, or Stamped) Personally Known OR Produced Identification Type of Identification Produced FORM -City of Mlaml Local Office Certification 7/22/2013 3 INSURANCE ADDENDUM INSURANCE DEFINITIONS, REQUIREMENTS AND CONDITIONS The VENDOR/CONTRACTOR / CONSULTANT (AS APPLICABLE) agrees to provide and maintain throughout the life of this contract and at Vendor/Contractor/ Consultant's expense insurance coverage outlined herewith as applicable insuring all operations related to the contract and any extensions thereof. Workers Compensation and Employers Liability Statutory requirements per Chapter 440, Florida Statutes, as amended, are applicable, and this coverage is subject to the Laws of the State of Florida. This coverage protects against lawsuits stemming from workplace accidents. It provides for medical care to injured employees, along with compensation for lost Income. Commercial General Liability It protects against accidents and injuries that occur on company property or the property of a customer. It compensates an injured person or owner of property for Injuries and property damages, and the cost of defending lawsuits, including legal settlements or investigations. This policy also covers claims resulting from products exposures, libel, slander, copyright infringement, and other personal and advertisement injuries. Commercial Automobile Liability It protects against liability, no fault, medical payments, uninsured and underinsured motorists claims, collision and other than collision physical damage. In addition, this policy affords coverage on autos that are hired or borrowed or non -owned for use In the business. The non -owned can be autos owned by employees or members of their households. Non -Owned Auto exposures can be endorsed or added under the Commercial General Liability Policy. Professional/Errors and Omissions Liability Used by many professionals such as engineers, lawyers, accountants, stock brokers, financial advisers, insurance agents, court reports, dentists, nurses and teachers. It protects against the financial effects of liability lawsuits filed by clients. It basically protects professionals who cause harm to a client due to incompetence, errors, or negligence. Umbrella Liability It protects against liability and losses after primary insurance benefits have been exhausted. This supplemental coverage kicks in only after the underlined liability policies have paid their maximum benefits, Environmental Liability It protects against the financial costs of claims of injury or damage due to pollution, and other costs of cleaning up pollutants. These policies are designed to cover both property and liability risks. Directors and Officers Liability This coverage protect against claims from stockholders, employees and clients that are also aimed Individually at directors and officers. These claims typically stem from errors in judgement, breaches of duty and wrongful acts in connection with company business. Cyber Liability It protects against costs of the theft, destruction or unauthorized use of electronic data through computer viruses or network intrusions. It also adds protection to a business against such costs if a business fails to safeguard another party's electronic data. Companies sharing data outside their internal network benefit from this coverage Commercial Property It protects against claims or damages to the insured's buildings, business personal property and personal property of others. It can also provide for loss of business income coverage or extra expenses incurred because of physical Toss by a covered peril to the insured's property. Commercial Crime It protects against loss of money, securities and other property because of a variety of criminal acts such as employee theft or embezzlement, burglary, robbery, forgery, computer fraud, kidnapping and extortion. Crime insurance also covers money and securities against damage or destruction by almost any cause of loss, not just crime. Builders Risk It protects against damage to or destruction of buildings or other structures during their construction. Any party with a financial interest in a construction, remodeling, or repair project benefits from this coverage. Surety Bonds iv/* G(.t x i il t ioitthzts �(/u Surety bonds are three party contracts. The principal, the party that undertakes the obligation, pays for the issuance of a band by a surety company. The bond provides capital to guarantee the obligation will be performed. The obligee is the party that receives the benefit of the bond If the obligation is Improperly performed. If payment and performance bonds are required such bonds must be substantially in the form prescribed by Florida Statutes 255.05, as amended, and will be subject to the approval of the City of Miami Director of the Department of Risk Management. Valuable Papers IV) 4 tiljr -tg It pays for the cost to reconstruct damaged or destroyed valuable papers and records. Typically is defined to include almost all forms of printed documents or records with the exception of money or securities, and data and media which is usually excluded. Additional Requirements The Vendor/Contractor must furnish the City of Miami, Department of Procurement, and Risk Management located at 444 S.W. 2' Avenue Miami, Florida 33130, original Certificates of insurance to be in force on the date of this Contract, and Renewal Certificates of insurance thereafter. All policies Indicated on the certificate must be in compliance with all Contract requirements. The failure of the City to obtain the applicable or corresponding certificates from Contractor is not a waiver by the City of any requirements for the Vendor/Contractor. The Vendor/Contractor must furnish Certificates insurance listing the City of Miami as an additional insured. All insurance certificates must be signed, dated and reference the City contract number. The insurance must provide for sixty (30) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non -renewed. Any deductibles or self -insured retentions on referenced insurance coverages must be borne by Vendor/Contractor. The Vendor/Contractor further agrees to have insurers waive their rights of subrogation against the City of Miami, its employees, elected officials, agents, or representatives. The coverages and limits furnished by Vendor/Contractor in no way limit the Vendor/Contractor's liabilities and responsibilities specified within the Contract or law. Any insurance or self-insurance programs maintained by the City of Miami shall not contribute with insurance provided by the Vendor/Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If the Vendor/Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or Limited Liability Company and each of its separate constituent entities as named insureds. The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless otherwise specified in this Contract. If the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Miami Risk Management Department maintains and reserves the right to modify, delete, alter or change these requirements. Note: The duty to carry and maintain insurance during the life of the contract will survive the cancellation or expiration, as applicable, under the Contract. ANNIE PERL""L, CPPO EM1L[O T. GONZALEZ Cilia Procurement Officer City Manner ADDENDUM NO. 1 IFB No. 1013381 February 26, 2019 Invitation For Bid ("IFB"1 for Promotional Items Pre -Qualification Pool TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged, Please note the contents herein and reflect same on the documents you have on hand. Qt. Can vendors outside of the United States("US") bid and perform the tasks related to this IFB? Al. Yes, vendors outside of US can bid and perform the tasks required in this solicitation. The vendors seeking pre -qualification In the Pool shall meet all the minimum qualification requirements as described in Section 2.7. and be registered with the Florida Department of State — Division of Corporation (Sunbiz: https:/fdos.mvflorida.com/sunbiz/). Q2. Will the vendor be required to participate in any onsite meetings? A2. The City of Miami does not foresee the need for any onsite meetings as it pertains to this solicitation. Q3. Can the vendor submit the proposals via email? A3. No, the bids cannot be submitted via email however, the bids can be submitted via Oracle System and /or hardcopy. Please refer to Section 2.6., Submission Requirements of the above -mentioned IFB. Q4. Please advise what items (color, quantities, etc.) are to be bid on for IFB # 1018381. A4. Please refer to Section 3, Specifications of this solicitation. Sincpey, Al Ant__Perez, CPPO Director/Chief Procurement Officer AP/cl Cc: IFB File CifCifg of 4tam i ANNIE PEREZ, CPPO EMILIO T. GONZALEZ Chid' Procurement Officer City Manager or, fir ADDENDUM NO. 2 IFB No. 1018331 February 27, 2019 invitation For Bid ("IFB") for Promotional Items Pre -Qualification Pool TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provislons are now In effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The purpose of this Addendum is to notify Prospective Bidders that the City has fixed a technical glitch in the Oracle System that prevented the viewing of the attachments by Prospective Bidders. Sinr�erely, (-it/ e er ze CPPO Director/Chief Procurement Officer AP/GI Cc: IFB File Tag of 4Iaiaut ANNIE PEREZ, CPPO EMILIO T, GONZALEZ ChicrProearoment Officer City Manager ADDENDUM NO. 3 IFB No, 1018381 March 13, 2019 Invitation For Bid ("IFB") for Promotional Items Pre -Qualification Pool TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. Q1. There is only one (1) line in the Lines Tab, should there be more lines? Al. No. Bidders are not required to enter a unit price in the line item in the Oracle/iSupplier Sourcing System ("Oracle"). Bidders shall submit their bid completing the Bid Submittal Form, located under the Header/Notes and Attachments section of the solicitation in Oracle, along with any additional documents as required In the IFB. However, if the Bidder wishes to submit its bid electronically, then they must enter a unit price of $0.001 in Line Item Number 1 and attach the completed Bid Submittal Form as an attachment. Q2. Can the Bid Submittal Form be provided in Word format? A2. Yes, the Bid Submittal Form has been attached in the Header/Notes and Attachments section in the Oracle System in Word format. Singrely, G.%• Annie Perez, CPPO Director/Chief Procurement Officer AP/GI Cc: IFB File 4/4/LU IS rl•IIYIr ruIN I, IIVIa. (l.rU4LiO I) ir`•rliii.ic'�atiifJ Search for: 4lmprint, Inc Corporate Records .r�. n a pa a t a^n `t,.. 'Wisconsin's Financial 4I'M P RI I , INC. ff Search o Advanced Search Search Records Noma Avaflaanilx Result of lookup for C042351 (at 4/3/2019 7:48 AM ) You can: File an Annual Report - Request a Certificate of Status - File a Registered Agent/Office Update Form Vital Statistics Entity ID Registered Effective Date C042351 12/07/1995 Period of Existence PER Status Incorporated/Qualified/Registered Request a Certificate of Status Status Date 12/07/1995 Entity Type Domestic Business Annual Report Business Corporations are required to file an Annual Report under s.180.1622 WI Statutes. Requirements Addresses Registered Agent Office DAVID SEEKINGS 101 COMMERCE ST OSHKOSH , WI 54901-4864 File a Registered Agent/Office Update Form Principal Office 101 COMMERCE ST OSHKOSH , WI 54901-4864 Historical information Annual Reports Year Reel Image Filed By Stored On 2018 000 0000 online database 2017 000 0000 online database 2016 000 0000 online database 2015 000 0000 online database 2014 000 0000 online database 2013 000 0000 online database 2012 000 0000 online database 2011 000 0000 online database hlfne•MAmennnrrIfnv9mrtfih,I l_r./Id94g,1Rhache4QAn7QAgAReaarrhIrin. finnIlc.A74n11f9nstAn9-eld71_RRA4-rddrdrfRQQr1 1/9 4/3/LU'ly 4INIVKIN I, INI,. (l,U4L35'I) 2010 000 0000 online database 2009 000 0000 online database Y_ 2008 000 ' 0000 online database 2007 000 0000 online database 2006 000 0000 online database 2005 000 0000 online database 2004 111 1111 paper image 2003 111 1111 paper image 2002 014 0296 paper microfilm 2001 019 0459 paper microfilm 2000 029 0969 paper microfilm 1999 028 1629 paper microfilm 1998 029 1135 paper microfilm 1997 029 2398 paper microfilm 1996 025 1570 paper microfilm File an Annual Report - Order a Document Copy Certificates of None Newly -elected Officers/Directors Old Names Chronology Change Date Name Current 4IMPRINT, INC. 07/03/2000 NELSON MARKETING, INC. 01/09/1996 CONTENDER, INC. Effective Date Transaction Filed Date Description 12/07/1995 Incorporated/Qualified/Registered 12/08/1995 01/09/1996 07/03/2000 Amendment Amendment _ w 01/12/1996 07/05/2000 NAME CHG, CHGS REGD AGT & OFFICE Old Name = NELSON MARKETING, INC. 11/20/2001 Change of Registered Agent 11/20/2001 FM 16 2001 03/31/2004 Change of Registered Agent 03/31/2004 FM 16 2003 - 12/21/2007 Merger (survivor) 12/26/2007 UNL FGN 10/22/2008 Change of Registered Agent 10/22/2008 FM16-E-Form 10/22/2018 Change of Registered Agent 10/22/2018 Form16 OnlineForm Order a Documen Copy hfinc'//UI1Mnl Nlrifi nrnlannc/r:nrnRnarrh/rin&ails ac nv9anlih,I lrr..nd91c1 R. hach=4QRn7QR44R cnarrhFi inrfinnlr1=R74Mf9n_Rrin9_4d41-51R511_rddririFQQri 9/9 Quote: 2586365 (RFQ 1018381.4) Page 1 of 2 Sourcing AIL .1- Navigator Requisitions Negotiations , Negotiations > Simple Search > RFQ: 1018381 4 > Quote History 1RFQ 1010331 4, 5 Quote: 2686366 (RFC/ 1018381.4) Fa,orltes Actions !Online Discussions J Go Title Invitation for Bid for Promotional Reins Pre -Qualification Pool Close Date 26-Mar-2019 14:00:00 Time Left 0 seconds Ranking price Only Quote Style sealed Supplier Figment Designs Quote Currency USD Supplier Site Quote Valid Until Contad Pankey, Mr. Jeff Purchase Order Suppliers' Quote Number Shortlist Status Included Quote Status Active Note to Buyer Name :Title Update Delete Figment Design Bid Submittal Form Figment Desion Bid Submittal Form Certifications of Local Office Pigment Design Local Office Certification } ft Figment Design Sun Biz Registration Fiornent Design Sun Si Registration Figment Design Local Business Tax Receipt Figment Design Local Business Tax Receipt _.• s, Attachments Requirements Shc:ii Ail De:aik 1 Hide All Details Details Section Maximum Score Score a Hide General 0 0 Requirements Target Maximum Value Quote Value Score Score Legal Name of Firm: Figment Design, Inc. Entity Type: Partnership, Corporation Sole Proprietorship, Corporation, etc. Year Established: 2,003 Office Location: City of 2977 McFarlane Rd. hliami, Miami -Dade 2nd Floor County, or Other Coconut Grove, FI. 33133 Federal Eruplover 46-3402307 Identification (FE) EINti Occupational Business 6117063 License Number: Occupational Business Miami -Dade County, State of Florida License Issuing Agency: Occupational Business 30-Sep-2019 License Expiration Date: Will Subcontractor(s) be Yes used7 (Yes or No) If subcontractor(s) will Due to the Nature of Promotional Industry Items will be sourced from different manufactures depending on product selected. be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and Addendum 1, 2/26/19 acknowledge all Addendum 2, 2/27/19 addendum/addenda Addendum 3, 3/13/19 received. List the Addendum 4, 3/19/19 addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Yes Office, as defined under Chapter 18/Aiticle III, Section 1B-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of http://imap 1 .riverside.cmgov.net:8003/0A_HTML/OA.jsp?0AFunc=PONRESENQ_VIEW... 4/4/2019 Quote: 2586365 (RFQ 1018381,4) Page 2 of 2 Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Contract Terms Variables Details Section No variables found. Deliverables Deliverable Name No deliverables found. Lines !TIP All prices are in USD. Show All Details I Hide All Details Clause Due Date Quote Total (USD) 0.01 Variable Status Description Alert Value Update Need - Start Target Quote Target Quote By Promised Line Active Details Line Ship -To Rank Price Price Price Unit Quantity Quantity Date Date Total Quotes Show 1 -E BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN 261000 - 2 THIS LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE Procurement BID SUBMITTAL FORM, LOCATED UNDER THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCErSUPPLIER SOURCING SYSTEM, ALONG WITH ANY ADDITIONAL DOCUMENTS AS REQUESTED IN THE IFB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED. Show 1.1 Miscellaneous Promotional Items, Imprinted. Please enter a 261000 - 2 $0,001 if firm is submitting the bid online. Do not forget to Procurement attach the Bid Submittal Form to your eletronic submission. Return to Quote History (RFO 1013381.4) About trim Page Pnvacy Statement 0.01 7 0.01 Dollar 1 1 0.01 7 Actions (Online Discussions ;v( Gc Redwsuicns Negotiations Intelligence Home Logout Preferences Help Diagnostic ..OLYt�yt+l-, 2wn ..n,Is. All;gm •a52lv+J http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. jsp?OAFunc=PONRES ENQ_V IEW... 4/4/2019 IFB NO.: 1018381 BID SUBMITTAL FORM PROMOTIONAL ITEMS PRE -QUALIFICATION POOL FIRM NAME: —Oes Please check the Group(s) your firm wishes to be pre -qualified under: Group 1 EGroup 2 []Group 3 ❑Group 4 ❑Group 5 Groups Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.7 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2,7(1) Primary Contact Information Section 2, Paragraph 2.7(1) Primary Contact: _ -e.. :' TfAx1 IF.2 e_ Primary Address: q 11 e- r� j�k wy..3 t) etTylA7W, -FL 3.31-3-- E-mail Address: SQ'P,..S .ee C) C, s Vivle,a-�r ,estco , e_ovn Contact Telephone Number: �1 Cellular Phone Number (if applicable): Company Main Phone Number: iw,5 , 5q S 741 8°F Fax Number (if applicable): Secondary Contact Information Secondary Contact: .C, NI Z i A E'.-\ 0 r 1 1 ,3 ,3 Secondary Address: q1 19 ''\r; � �a (•0j . _ W1.11,044 , :l V 3 i3.. E-mail Address: (?C',•k-er\AINN cl(7 -011.1lsy1!'•fgi1cx,.n.1.C=OUn Contact Telephone Number: `JC3.5, c"j', ..'• S4 ' K, .3 \ Cellular Phone Number (if applicable): Company Main Phone Number: Fax Number (if applicable): Section 2, Paragraph 2.7(2) Vendor(s) shall provide theirfirm's website information where a listing ofthe available items may be viewed. http:// t Grti,,Z.,5\--'_rk e 1 ,• , Yi1 Section 3, Paragraph 2.7(3) Identify the categories of promotional iter that can be supplied to the City. Aji,„ j__ C 7-pyGo)c1cS / Section 2, Paragraph 2.7(4) Q'I acknowledge have minimum of three (3) years in providing promotional items to government entities or other large entitles with same FEI number. Page 1 IFB NO.: 1018381 Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.6 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(5) Past Performance Reference Check#1 Company/Orgga}nii-z+zaat'ioynName: ( z (j `', ( y p /', f Address: 41 U - I c-i^� 10 1 " c l(T- s `'f , 31 fP-i.{�u.rn(, Contact Person: ,Ua 1 Contact Phone Number: an ►-I )(- - Contact E-mail (if applicable): r(laiQalra Oaalret- DateofContract orSale: •-00 601°1 • Section 2, Paragraph 2.7(5) U — Past Performance Reference Check #2 ) , Company/Organization Name:Us_i � (2l^tomp ` �Addre� T-pam—f��e -0/Ln ter- ✓ Contact Person: Cecn C,Y tC ,r j6 ) 1 Contact Phone Number: 05 5 +:) , , hp0 Contact E-mail (if applicable): , l� �l�%r tr,( 1 ► 1 h -�� Date of Contract or Sale: �� kc J Section 2, Paragraph 2.7(5) Past Performance Reference Check#3 • Company/Organization'Name: Ln ^U/?,��;),n � ,Jad Address: 1 V €n Lu l p` Ni_ J `--6 , t.� t Kvtan Oat! 1 ContactPerson: a,(` 1.iei_r t Contact Phone Nu r: 1_�-(1O 14 (-0qf Contact E-mail (if applicable): 00.6 t O wW' ; 0 `),.f') -C• :4vv\ . Date of Contract or Sale: j--Ca a « , Section 2, Paragraph 2.7(6) v acknowledge have sound financial conditons and sufficient support, equipment and personnel to ensure that they can satisfactorily execute the services if awarded a contract under the terms and conditions stated herein. Section 2, Paragraph 2.7(7) V I acknowledge not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon Gan obligation to the City and/or has failed to perform faithfully on any previous contract with the city. Section 2, Paragraph 2.7(S) 1 1 acknowledge have no record of pending lawsuits or criminal activities and have never been declared bankrupt. Section 2, •acknowledge Paragraph 2.7(9) have no conflict of interest with the City. Page 2 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article DI, Section 18-73) Solicitation Type and Number: 1 01 83 81 , 4 (Le. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Solicitation Title; Invitation for Bid for Promotional Items Pre -Qualification Pool Figment Design, Inc. (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is Iocated in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by. the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this Iocal office certification is borne by the business applicant submitting a bid or proposal. FORM -City of Miami Local Cffice Certification 7/22/2013 1 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address; 2977 Mc Farlane Rd. 2nd Floor Miami, FI 33133 Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per calendar week? Lr.l YES If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the lease? Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? NO P1 YES !� NO N/A City of Miami: 177 YES u NO Cite Exemption: Exempt Miami -Dade County: Cite Exemption: YES NO Exempt Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the performance of Bidder/Proposer's business operations? YES NO Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/.Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. rn� • ,4-//7 /4 s ./),e. c t JU)iJ L2u S/NCs ,j r1. Paint Name (Bidder/Proposer Authorized Representative) Signature 2 FORM -City of Mlaml Local Office Certification 7/22/2013 Iq Date STATE OF FLORIDA COUNTY OF 4-N11- (gA Certified to and subscribed before me this p ""day of Marti 1 s0 ,NAN,'_Ur, It • 0. t my comm. Expires; .. 4 Ng495 �• (2 ,20 11 ,by Si°na . of 'ota -State of Florida (Name of Notary Typed, Printed, or Stamped) Personalifeli 10f F\-4‘‘� Type of Identification Produced OR Produced Identification Fleida 12rfver L 1 e 3 FORM -City of Miami Local Office certification 7/22/2013 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 5865176 BUSINESS NAME/LOCATION FIGMENT DESIGN INC 2977 MCFARLANE RD 200 MIAMI, FL 33133 OWNER FIGMENT MEDIA ACQUISITION INC C/O ANDRE CAROLLO Empioyee(s) 10 MI ID RECEIPT NO. RENEWAL 6117063 LBT EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art 9 & 10 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS PAYMENT RECEIVED BY TAX COLLECTOR 49.50 1C/31/2018 CREDITCARD-19-003891 This Local Business Tax Racaipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit or a certification of the holder's qualifications, to do business, Molder must comply with any governmental or nongovernmental regulatory laws and requiremerds which apply to the busi inss. The RECEIPT NO. above must be displayed on all commercial vehicles -Miami-0ode Code Sac Bu-276. For morn information visit www.mlamidade.aov/tnxcallector IFB NO.: 1018381 BID SUBMITTAL FORM PROMOTIONAL ITEMS PRE -QUALIFICATION POOL FIRM NAME: Holsen Inc Please check the Group(s) your firm wishes to be pre -qualified under: ❑Group 1 ❑Group 2 ❑Group 3 ❑Group 4 ❑Group 5 EgAllGroups Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.7 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(1) Primary Contact Information Section 2, Paragraph 2.7(1) Primary Contact: Darryl Holsendolph Primary Address: 1176 NW 163fd Drive, Miami, FI 33169 E-mail Address: darryl@holseninc.com Contact Telephone Number: 305-769-2459 x410 Cellular Phone Number (if applicable): 786-402-1288 Company Main Phone Number: 305-769-2459 Fax Number (if applicable): 305-769-3077 Secondary Contact Information Secondary Contact: Charlotte Green Secondary Address: 1176 NW 163" Drive Miami, Fl 33169 E-mail Address: charlotte@holseninc.com Contact Telephone Number: 305-769-2459 x407 Cellular Phone Number (if applicable): Company Main Phone Number: 305-769-2459 Fax Number (if applicable): 305-769-3077 Section 2, Paragraph 2.7(2) Vendor(s) shall provide their firm's website information where a listing of the available items may be viewed, http://www.holsenent.com Section 3, Paragraph 2.7(3) Identify the categories of promotional items that can be supplied to the City. All Promotional Products Section 2, Paragraph 2.7(4) Eracknowledge have minimum of three (3) years in providing promotional items to government entities or other large entities with same FEI number. Page 1 IFB NO.: 1018381 Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.6 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(5) Past Performance Reference Check Al Company/Organization Name: Jackson I lealth Foundation Address: 1500 NW 12thAve Suite 1117 E. Miami, FI 33136 Contact Person: Mrs. Gatlin Contact Phone Number: 305-585-4483 Contact E-mail (if applicable): charmaine.gatlin@jhsmiami.org Date of Contract or Sale: 12/14 to current Section 2, Paragraph 2.7(5) Past Performance Reference Check #2 Company/Organization Name: G.R.E.A.T. FOUNDATION INC. Address: P 0 BOX 79523 Contact Person: Vanessa McLemore Contact Phone Number: 1-888-647-3281 Contact E-mail (if applicable): vmclemoreps@aol.com Date of Contract or Sale: 10/2007 ongoing Section 2, Paragraph 2.7(5) Past Performance Reference Check ti3 Company/Organization Name: Orange Bowl Committee Address: 14360 NW 77'" Court Miami Lakes, rl 33016 Contact Person: Eric Ponce Contact Phone Number:305-341-4700 Contact E-mail (if applicable): eponce@orangebowl.org Date of Contract or Sale: 1/2001 ongoing Section 2, Paragraph 2.7(6) ensure conditions I acknowledge have sound financial conditions and sufficient support, equipment and personnel to that they can satisfactorily execute the services if awarded a contract under the terms and stated herein. Section 2, Paragraph 2,7(7) 2acknowledge not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon Oan obligation to the City and/or has failed to perform faithfully on any previous contract with the City. Section 2, Paragraph 2.7(8) Wacknowledge have no record of pending lawsuits or criminal activities and have never been declared bankrupt. Section 2, Paragraph 2.7(9) 21 acknowledge have no conflict of interest with the City. Page 2 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual pasty nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271, All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME. l773 /5 c . ADDRESS. J/7' MO 4,34 07i,> PHONE: °/6)- 76'9 WV 5 9 FAX. 3Os- 269 367 7 EMAIL: dari'y/ C%J7l ert m( col CELL(Optional). 7a 6 YD2 /ZIT SIGNED BY. TITLE: �rti!Ji� / DATE. 3 FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS RESPONSE. Page 2 of 36 Certifications Legal Name of Firm: /LI5 ,1 Entity Type: Partnership, Sole Proprietorship, Corporation, etc. OrOre-11M Year Established: Iggl Office Location: City of Miami, Miami -Dade County, or Other i17& c() 15r� Federal Employer Identification (FEI/EIN) Number.: 6_S0 0 30 5-7 Occupational / Business License Number: L ?g597 Occupational / Business License Issuing Agency: I1/4 rni Pace 4- 1:47 Occupational / Business License Expiration Date: 6 ni b 002 ,4O/ Will Subcontractor(s) be used? (Yes or No) 1liC�, If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. -3`q/ ? ) Z e=1/47// ) (4- .3 3/11"qif) 4. 1)<<,111 If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Page 3 of 36 Solicitation Title: CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: IFB 1018381,4 (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Invitation for Bid for Promotional Items Pre -Qualification Pool (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a tertn of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and / (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: 1176 NW 163rd St, Miami, FI. 33169 Bidder/Proposer Local Office Address: Does Bidder/Proposer conduct verifiable, full - tifne, on -site employment at the local office for a minimum of forty (40) hours per calendar week? 1,1 l v I YES NO ff Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the lease? 111 YES [1 NO n N/A • Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? City of Miami: YES Fit I NO I 1 Exempt Cite Exemption: Miami -Dade County: 1 YES NO Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the performance of Bidder/Proposer's business operations? 1 YES NO Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Darryl Holsendolph Print Nark (Bidder/Proposer Authorized Representative) ifs Signature 2 FORM -City of Miami Local Office Certification 7/22/2013 3. 5-/9 Date STATE OF FLORIDA, COUNTY OF : Certified to and subscribed before me this .6 day of (NOTARY SEAL) Mai t2 i7 , 20 , by lgnature of Notary Public -State of Florida) • •�f PATRICIA'NASHINGTON ?° `5";'. Notary Public - State of Florida `a.' Commission ; GG 285344 l'o' My Comm. Expires Dec 18, 2022 Bondedlhroush National Notary Assr. (N r Stamped) Personally Known OR Produced Identification_ -- Type of Identification Produced ve, 3 FORM -City of Miami Local Office Certification 7/22/2013 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firth for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (1) certify that we have read your solicitation. completed the necessary documents. and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is tnle; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment. or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME. I b11 Vn fDf1 I N;,- ADDRESS• 22 (23 S 4U' S -L1 7 ICI l I , tL 331 3j PHONE: 3`�� o5'6 EMAIL: S00 2-&•COI‘J) SIGNED BY•fa7)'.8 /7 FAX N / 4 CELL(Optional)• TITLE: JP (-�4dSirl-ASS (level ?r; i ATF. 03/ 4C(J 201q FAILURE TO C(>yl PLETE, SIGN, AND RETURN THIS FORM SHALI. DISOUALIFY THIS RESPONSE. Page 2 of 36 Certifications Legal Name of Firm: ibi I� UOWf orr" I NC, . Entity Type: Partnership, Sole Proprietorship, Corporation, etc. -Corp Year Established: 10 Office Location: City of Miami, Miami -Dade County, or Other o Miami Federal Employer Identification (FET/EIN) Number.: '20-5 - a 8 Occupational / Business License Number: 90-Bo'I501o9A3- Occupational / Business License Issuing Agency: Florida OP a("imen- oP Kevenue Occupational / Business License Expiration Date: 12-131/2-o1A Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): u>>II SkyRI\ QVQ(i N,CIAk It v0.fle1S t , d ni nOtecn'. Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. I., 2/1/19). If no addendum/addenda was/were issued, please insert N/A. ZndoMA o "" r >tt 21 a2- /20 endU 4.5)�� 20 �-- - om 4 /off 9-0n If Bidder has Local Office, a defi define underChapter 18/Article III, ection(18-73 of e City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Page 3 of 36 )-(2-'5 I Page 4 of 36 Line: 1 Description: BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THIS LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE BID SUBMITTAL FORM, LOCATED UNDER THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCE/iSUPPLIER SOURCING SYSTEM, ALONG WITH ANY ADDITIONAL DOCUMENTS AS REQUESTED IN THE IFB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED. Line: 1.1 Description: Miscellaneous Promotional Items, Imprinted. Please enter a $0,001 if firrn is submitting the bid online. Do not forget to attach the Bid Submittal Form to your eletronic submission. Category: 03752-56 Unit of Measure: Dollar Unit Price: $ (7. 00/ Number of Units: 1 Total: $ ©' 001 Page 5of36 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: IF13 No 1011 33?1, 3 (Le. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Solicitation Title: For Bti) E-,( CfOf o- Ibnal 1 teens 2(.e.-auci.)f i t l O n f (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean -verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall he available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (I2) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months hntnediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 1 FORM -City of Mlarnl Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLO`iti-ING INFORMATION:• Bidder,Proposer Local Office Address: 1 /1`2 O S 12)-1r 5-1( f. -, [vi \or i 1, Does Bidder'Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per calendar week? YES NO If BidderiProposer's Local Office tenancy is pursuant to a lease, has Bidder[Troposer enclosed a copy of the lease'? Has Bidder:Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? YES City ofMiami: Cite Exemption: NO N'A YES n NO Exempt Miami -Dade County: Cite Exemption: YES NO Exempt , Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the rgi YES performance of Bidder/Proposer's business operations? NO Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Sly 5cn ci ., l ot- Print Name (Bidder/Proposer Authorized Representative) 7-3/ ,1q / olcil c Signature Date 2 FORM -City of Miami Local Office Certification 7/22/2013 STATE OF FL`O�1DA COUNTY OFF'` I PLcc) i - co Certified to and subscribed before me this I Cfrh day of G{ Y C r1 , 20 ) C)I , by Sv5 rq (NOTARY SEAL) (Signature of Notary Public="d e offiorida) Nam ,,CAN'', ANAWASTUDILLO f:+ MY COMMISSION 0 FF 217137 l aa` EXPIRES: Aprll5 2019 �4.i+'-Bonded-ThiuiNotary aglleti, ra tamped) Personally Known 20 OR Produced Identification Type of Identification Produced 3 FORM -City of Miami Local Office Certification 7/22/2013 o t sadu r Localusiness Tax Receipt Miami -Dade County, State of Florida -THIS 15 NOT A gi:.t - DO NOT PAY 5941142 BUSINESS NAME/LOCATION IBILEY UNIFORM INC 11530 SW 120TH ST MIAMI FL 33176 OWNER IBILEY UNIFORM INC Employee(s) 10 018838 RECEIPT NO. RENEWAL 6197917 LBT EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 220 TANGIBLE PERSONAL PROP DLR PAYMENT RECEIVED BY TAX COLLECTOR $75.00 07/09/2018 CREDITCARD-18-051708 else, This or Business Tax of the holdt er'sconfirms qua qualifications, o do busment of the iness.. Holder must comply with any governmental cal Business Tax. The Receipt is not a Icemen, or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles -Miami-Dada Code Sec 8a-276. �mhaYcollactor For more intormation, visit wvmmiamidade local- Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY r^41142 BUSINESS NAME/LOCATION 1BILEY UNIFORM INC 11530 SW 120TH ST MIAMI FL 33176 OWNER 1BILEY UNIFORM INC Employee(s) 10 RECEIPT NO. RENEWAL 6197909 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter8A-Art.9& 10 PAYMENT RECEIVED BY TAX COLLECTOR _ _ 75:fl0 -07/09/2048_ CREDITCARD-1 8-051708 This Local Business Tax Receipt only confirms payment Otte total Business Tax. The Receipt is not a license, permit or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-276. For more information, visit www.miamidade.gov/taxcollector 3/25/2019 1 FLORIDA kytywdxhw902d581vy6u6a4bjsac (927x1200) 2019 Florida Annual Resale Certificate for Sales Tax This Certificate Expires on December 31, 2019 Business Narne and Location Address IBILBY UNIFORM INC 2263 SW 12TH ST MIAMI, FL 33135-5016 Certificate Number 80-8015010243-6 DR-13 R. 10/18 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary safes surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re -rented for one or more of the following purposes; • Resale as tangible personal property. • Re -rental as tangible personal property. • Resale of services. • Re -rental as commercial real property. • Incorporation into tangible personal property being repaired. • Re -rental as transient rental property. • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing. Your Florida Annual Resale Certificate for Sales Tax (Annual Resale Certificate) allows you or your representatives to buy or rent property or services tax exempt when the property or service is resold or re -rented. You may not use your Annual Resale Certificate to make tax-exempt purchases or rentals of property or services that will be used by your business or for personal purposes. Florida law provides for criminal and civil penalties for fraudulent use of an Annual Resale Certificate. As a seller, you must document each tax-exempt sale for resale using one of three methods. You can use a different method each time you make a tax-exempt sale for resale. 1. Obtain a copy (paper or electronic) of your customer's current Annual Resale Certificate. 2. For each sale, obtain a transaction authorization number using your customer's Annual Resale Certificate number. 3. Each calendar year, obtain annual vendor authorization numbers for your regular customers using their Annual Resale Certificate numbers. Online: Visit floridarevenue,com/taxes/certificates Phone: 877-357-3725 and enter your customer's Annual Resale Certificate number Mobile App: Available for iPhone, !Pad, Android devices, and Windows phones. https://storage.googleapis.com/bc3_production/kytywdxhw902d501vy6uea4bisac?GoogleAccesstd=bc3-production-storage%40bc3-production.iam.gs... 1/1 IFB NO.: 1018381 BID SUBMITTAL FORM PROMOTIONAL ITEMS PRE -QUALIFICATION POOL FIRM NAME: Ibiley Uniform INC Please check the Group(s) your firm wishes to be pre -qualified under: ®Group 1 ®Group 2 ®Group 3 ®Group 4 ❑Group 5 ❑AII Groups Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.7 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(1) Primary Contact Information Section 2, Paragraph 2.7(1) Primary Contact: Susana Klotz Primary Address: 2263 SW 12`h Street, Miami, FL 33135 E-mail Address: SklotzPibiley.com Contact Telephone Number: 305-625-8050 Cellular Phone Number (if applicable): Company Main Phone Number: 305-625-8050 Fax Number (if applicable): Secondary Contact Information Secondary Contact: Sara Huszar Secondary Address: 30340 Old Dixie Highway, Homestead, EL 33033 E-mail Address: Sara.huszar@ibiley.com Contact Telephone Number: 305-422-1964 Cellular Phone Number (if applicable): Company Main Phone Number: 305-625-8050 Fax Number (if applicable): Section 2, Paragraph 2.7(2) Vendor(s) shall provide their firm's website information where a listing of the available items may be viewed. http://www.ibiley.com Section 3, Paragraph 2.7(3) Identify the categories of promotional items that can be supplied to the City. Please refer to page 36 on the groups 1 to 4 Section 2, Paragraph 2.7(4) IL/ I acknowledge have minimum of three (3) years in providing promotional items to government entities or other large entities with same FEI number. Page 1 IFB NO.: 1018381 Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.6 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(5) Past Performance Reference Check #1 Company/Organization Name: Miami Dade County of Public Schools Address: 1450 NE 2nd Ave, Miami, FL 33132 Contact Person: Miranda James Contact Phone Number: 305-995-621 Contact E-mail (if applicable): mjames@dadeschools.net Date of Contract or Sale: various bids and contracts 2017, 2018, 2019 Section 2, Paragraph 2.7(5) Past Performance Reference Check #2 Company/Organization Name: Volusia County Public Schools Address: 200 N Clara Ave, DeLand, FL 32720 Contact Person: Lynn Stockman Contact Phone Number: 386-947-8786 ext 50845 Contact E-mail (if applicable): IcstockmanPvolusia.k12.fl.us Date of Contract or Sale: 2017-2018, and 2018-2019 Section 2, Paragraph 2.7(5) Past Performance Reference Check #3 Company/Organization Name: City of Altamonte Springs Address: 175 Newburyport Avenue, Altamonte Springs, FL 32701 Contact Person: Barbara Dennis Contact Phone Number: 407-571-8241 Contact E-mail (if applicable): bmdennis@altamonte.org Date of Contract or Sale: 2017-2018 Section 2, Paragraph 2.7(6) ►� I acknowledge have sound financial conditions and sufficient support, equipment and personnel to ensure that they can satisfactorily execute the services if awarded a contract under the terms and conditions stated herein. Section 2, Paragraph 2.7(7) I acknowledge not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon an obligation to the City and/or has failed to perform faithfully on any previous contract with the City. Section 2, Paragraph 2.7(8) l I acknowledge have no record of pending lawsuits or criminal activities and have never been declared bankrupt. Section 2, Paragraph 2.7(9) y I acknowledge have no conflict of interest with the City. Page 2 Quote: 2583365 (RFQ 1018381,4) Page 1 of 2 Sourcing Requisitions ,Negotiations Intelligence Negotiations > Simple. Search > RFQ' 101_3814 > Quote History RFQ 1012381 4, Quote: 2583365 (RFQ 1018381,4) - Favorites Home Loecut Preferences Help Diagnostics Title Invitation for Bid for Promotional Items Pre-Oualifica3r_n Pool Time Left 0 seconds Quote Style sealed Quote Currency USD Contact Brown, Jason Suppliers' Quote Number RFQ 1018381,4 Quote Status Active Note to Ruyer Please see PRIDE Enterprises' attached Quote (Pre- Qual) Submittal. Name Title 1013381_US (PRIDE Enterprises) 12 r 8:):5 : DE rtcr•,rses' Bid Submittal Form (PRIDE Enterprises) E.' Submittal Form PRIDE Enteronses; Attachments Requirements Show All Details I Hide All Details Details Section General Requirements Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Target Value Quote Value Prison Rehabilitative Industries & Diversified Enterprises, Inc. dba: PRIDE Enterprises 501 (c)(3) not for profit Corporation 1,981 Dike Location: City of 223 Morrison Road, Brandon, FL 33511 Miami, Miami -Dade County, or Other Federal Einplover 59-2167018 Identification IFEI FIN) Number.: Occupational 761105 - Florida Corporation I.D. Number Business License Number: Occupational Business Lcense Issuing Agency: ........................ Occupational 14-Dec-2034 Business License Expiration Date: Will Subcontractor(s) No be used, (Yes or No) If subcontractor(s) will N/A be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and PRIDE Enterprises acknowledges receipt of the following Addenda: acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local N/A Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled Actions 'Online Discussions jJ Go Close Date 26-Mar-2019 14:00:00 Ranking price only Supplier Pride Enterprises Supplier Site Quote Valid Until 26-Apr-2019 Purchase Order Shortlist Status Included Update Delete ......_...._.................. Maximum Score Florida Department of Management Services -license Expiration: N/A - PRIDE Enterprises is a 501 (c)(3) not for profit Corporation organized under the laws of the State of Florida Addendum No. 1, 2/26/19; Addendum No. 2, 2/27/19; Addendum No. 3, 3/13/19; Addendum No. 4, 3/19/19 Scar ._.... ..... Maximum Score Scow http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.jsp?OAFunc=PONRESENQ_VIEW... 4/4/2019 Quote: 2583365 (RFQ 1018381,4) Page 2 of 2 out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR N0? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Contract Terms Variables Details Section No variables found. Deliverables Deliverable Name Due Date No deliverables found. Lines 5 TIP All prices are in USD. Quote Total (USD) 1.00 Show All Details I Hide All Details Description Status Alert Update Need - Start Target Quote Target Quote By Promised Line Active Details Line Ship -To Rank Price Price Price Unit Quantity Quantity Date Date Total Quotes -hcvt. 1 _+ BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN 261000 - 6 1.00 Z THIS LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE Procurement BID SUBMITTAL FORM, LOCATED UNDER THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCE/ISUPPLIER SOURCING SYSTEM, ALONG WITH ANY ADDITIONAL DOCUMENTS AS REQUESTED IN THE IFB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED. Show 1.1 Miscellaneous Promotional Items, Imprinted. Please enter a 261000 - 6 1 Dollar 1 1 26-Apr- 1.00 7 $0,001 if firm is submitting the bid online. Do not forget to attach Procurement 2019 the Bid Submittal Form to your eletronic submission. 11:30:57 Return to Quote History (RFQ 1018381.41 Requisitions Negouatrons Intelligence Horne Laocut Preferences Help Diagnostics .bout this Page Pnvacy Statement Actions I Online Discussions J Go I ?CCt JracIe. all .,.p..,c-,s_..:» http://imap 1.riverside.cmgov.net:8003/OA HTML/OA jsp?OAFunc=PONRESENQ_VIEW... 4/4/2019 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (1) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: Prison Rehabilitative Industries & Diversified Enterprises, Inc. PROPOSER NAME• dba: PRIDE Enterprises ADDRESS• 223 Morrison Road, Brandon, FL 33511 PHONE: 877-283-6819 ENTAIL: bids@pride-enterprises.orq SIGNED BYC�,' ' t¢ FAX- 727-570-3449 CELL(Optional)• N/A Joseph G. Keen, Sales Support Center Manager TITLE: Sales Support Center Manager DATE• March 25, 2019 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS ,RESPONSE. Page 2 of 36 Certifications Legal Name of Firm: Prison Rehabilitative Industries & Diversified Enterprises, Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc, 501 (c)(3) not for profit Corporation Year Established: December 14,1981 Office Location: City of Miami, Miami -Dade County, or Other 223 Morrison Road, Brandon, FL 33511 Federal Employer Identification (FEI/EIN) Number.; 59-2167018 Occupational / Business License Number: 761105 - Florida Corporation I.D. Number Occupational / Business License Issuing Agency: Florida Department of Management Services Occupational / Business License Expiration Date; N/A - PRIDE Enterprises is a 501 (c)(3) not for profit Corporation oranized under the laws of the State of Florida Will Subcontractor(s) be used? (Yes or No) No If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): N/A Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. Addendum No. 1, 2/26/19; Addendum No. 2, 2/27/19: Addendum No. 3, 3/13/19; Addendum No. 4, 3/19/19 If Bidder has a Local Office, as defined under Chapter 18/Article II[, Section 18-73 of the City Code, has Bidder tilled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Page 3 of 36 N/A Page 4of36 Line: 1 Description: BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THIS LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE BID SUBMITTAL FORM, LOCATED UNDER THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCE/ISUPPLIER SOURCING SYSTEM, ALONG WITH ANY ADDITIONAL DOCUMENTS AS REQUESTED IN THE IPB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED. Line: 1.1 Description: 14Tiseellaneous Promotional Items, Imprinted. Please enter a $0,001 if firm is submitting the bid online. Do not forget to attach the Bid Submittal Form to your eletronic submission. Category: 03752-56 Unit of Measure: Dollar Unit Price: $ 0,001 Number of Units: 1 Total: $ 0,001 Page 5 of 36 IFB NO.: 1018381 BID SUBMITTAL FORM PROMOTIONAL ITEMS PRE -QUALIFICATION POOL Prison Rehabilitative Industries & Diversified Enterprises, Inc. FIRM NAME: dha PRIBF Enterprises Please check the Group(s) your firm wishes to be pre -qualified under: ❑Group 1 leroup 2 (Group 3 ❑Group 4 ❑Group 5 ❑AII Groups Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.7 (1-9) to verify that the information provided will suffice as proof of meeing the requirements of this solicitation. Section 2, Paragraph 2.7(1) Primary Contact Information Section 2, Paragraph 2.7(1) Primary Contact: Jason Brown. Administrative/Marketing Supervisor Primary Address: 223 Morrison Road, Brandon, FL 33511 E-mail Address: jbrown@prides-enterprises.org Contact Telephone Number: 813-890-6582 Cellular Phone Number (if applicable): N/A Company Main Phone Number: 877-283-6819 Fax Number (if applicable): 727-570-3449 Seconday Contact Information Seconday Contact: Lori McDonald, Customer Service Manager, PRIDE Sewn Products Secondary Address: 3265 NW 105th St, Ocala, FL 34475 E-mail Address: Imcdonald@pride-enterprises.org Contact Telephone Number: 813-890-6682 Cellular Phone Number (if applicable): 352-304-3033 Company Main Phone Number: 813-890-6693 Fax Number (if applicable): 813-890-2111 Section 2, Paragraph 2.7(2) Vendor(s) shall provide their firm's website information where a listing of the available items may be viewed. http:// www.pride-enterprises.org Section 3, Paragraph 2.7(3) Identify the categories of promotional items that can be supplied to the City. Group 2: Tote Bags Group 3: Caps, T-Shirts, Shirts. `Embroidery and Screen Printing of clothing and apparel also available. Section 2, Paragraph 2.7(4) I acknowledge have minimum of three (3) years in providing promotional items to government entities or other large entities with same FEI number. Page 1 IFB NO.: 1018381 Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.6 (1-9) to verify that the information provided will suffice as proof of meeing the requirements of this solicitation. Section 2, Paragraph 2.7(5) Past Performance Reference Check #1 Company/Organization Name: Broward County Sheriff's Office Address: 2451 NW 16th Street, Pompano Beach, FL 33069 Contact Person: Dawn Celentano Contact Phone Number: 954-831-5821 Contact E-mail (if applicable): dawn_celentano@sheriff.or Date of Contract or Sale: Ongoing sales since 2004 Section 2, Paragraph 2.7(5) Past Performance Reference Check N2 Company/Organization Name: The School Board of Charlotte County, Florida Address: 1445 Education Wav, Punta Gorda, FL 33950 Contact Person: Cindy Hagedom Contact Phone Number: 941-575-5400 ext 121 Contact E-mail (if applicable): cndy.haciedorn(a.yourcharlotteschools.net Date of Contract or Sale:Ongoing sales since 2007. Currently under contract to provide Uniforms & Apparel Section 2, Paragraph 2.7(5) Past Performance Reference Check tk3 Company/Organization Name: Seminole County, Florida (BOCC) Address: 101 Bush Loop Roads Warehouse, Sanford, Florida 32773 Contact Person: Tammy Roberts Contact Phone Number: 407-665-7115 Contact E-mail (if applicable): troberts@seminolecountyfl.gov of Contract or Sale: Ongoing, contracted, sales since 2011 Section 2, Paragraph 2.7(6) �,Date te •lam I acknowledge have sound financial conditions and sufficient support, equipment and personnel to ensure that they can satisfactorily execute the services.if awarded a contract under the terms and conditions�stated herein. Section 2, Paragraph 2.7(7) c I acknowledge not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon Dan obligation to the City and/or has failed toperform faithfully on any previous contract with the City. Section 2, Paragraph 2.7(8) f u,, I acknowledge have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. Section 2, Paragraph 2.7(9) acknowledge have no conflict of interest with the City. Page 2 ervices Quote: 2588365 (RFQ 1018381,4) Page 1 of 3 Sourcing i Navigator i5 Favorites Requisitions Negotiations Intelligence Negotiations > Simple Search > RFQ: 1018381,4 > Quote History (RFQ 1018381,4) > Quote: 2588365 (RFQ 1018381,4) Home Logout Preferences Help Diagnostics Title 'Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Note to Buyer Attachments Requirements Invitation for Bid for Promotional Items Pre -Qualification Pool 0 seconds Sealed USD Diaz, Vilma 1018381,4 Active Since it is a 5 year pool I put March 2014 Actions 'Online Discussions v4 Go Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Previous 11-10 Name Title Certification 1 Certification Statement Page 2 Certification Statement Page 3 City of Miami Local Office Certification Pagel City of Miami Local Office Certification Paget City of Miami Local Office Certification Page 3 Bid Submittal Form Final Page 1 v' Next 10 Update Delete Bid Submittal Form Final Pane 2 Bid Submittal Form Final Page 3 2019 Local Business Tax Receipt 9 Previous 11-10 Next 10C 26-Mar-2019 14:00:00 Price Only Promotions Rock 26-Mar-2024 Included Show All Details I Hide All Details Details Section JHide General Requirements Maximum Score 0 Score 0 Target Maximum Value Quote Value Score Score Legal Name of Firm: Promotions Rock LLC Entity Type: Partnership, Sole Proprietorship, Sole Proprietorship, Limited Liability Company Corporation, etc. Year Established: Office Location: City of Miami, Miami Dade County, or Other Federal Employer Identification (FEL EIN) Number.: 2,014 Miami Dade County 46-5090677 http://imapl.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIEW... 4/4/2019 Quote: 2588365 (RFQ 1018381,4) Page 2 of 3 Occupational Business License Number: Occupational " Business License Issuing Agency: Occupational Business License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): .............. Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (Le. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Total Contract Terms 7449599 Miami Dade County 30-Sep-2019 No N/A Addendum No. 1 2/ 1/ 2019 Addendum No. 2 2/27/2019 Addendum No. 3 3/13/2019 Addendum No. 4 3/19/2019 Insurance Addendum 3/36/2019 Yes Variables Details Section Clause Variable No variables found. Deliverables Deliverable Name No deliverables found. Description Due Date Status Alert Value Update Lines 'vrTIP All prices are in USD. Quote Total (USD) 1.00 Show All Details I Hide All Details Need - Start Target Quote Target Quote By Promised Line Active Details Line Ship -To Rank Price Price Price Unit Quantity Quantity Date Date Total Quotes E Show 1 BIDDERS ARE 261000 - 7 1.007 NOT REQUIRED TO Procurement ENTER A UNIT PRICE IN THIS LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE BID SUBMITTAL FORM, LOCATED UNDER http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA.j sp?OAPunc=PONRES ENQ_VIE W... 4/4/2019 Quote: 2588365 (RFQ 1018381,4) Page 3 of 3 THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCE/iSUPPLIER SOURCING SYSILPL ALONG WITH ANY ADDITIONAL DOCUMENTS AS REQUESTED IN THE IFB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED. 1Show 1.1 Miscellaneous 261000 - 7 Promotional Items, Procurement Imprinted. Please enter a $0,001 if firm is submitting the bid online. Do not forget to attach the Bid Submittal Form to your eletronic submission. Return to Quote History (RFQ 1018381,4) About this Page 1 Dollar 27-Mar- 1.00 7 2019 12:05:32 Actions !Online Discussions Go Requisitions Negotiations Intelligence Home Logout Preferences Help Diagnostics Privacy Statement Copyright (c) 2006. Oracle. All rights reserved. http://imap 1.riverside.cmgov.net:8003/OA_HTML/OA. j sp?OAFunc=PONRESENQ_VIEW... 4/4/2019 Certification Statement Please quote on this form, if applicable, net prices for the itern(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (i) certify that any and all information contained in this submission is tnie; and we (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that 1 am authorized to sign this submission for the submittnr. Please print the following and sign your name: PROPOSER. NAMF jlrr•611?a2.--1 ?(z,rn,orlSC�C. L�-C- ADDRESS. 12 SGJ --- M i am`, Rol - t)A3l:C puoNEC)C) S�-)Qgq -- cc -NI FAX g7?-e-170-Agg EMAIL: VI Viet elr014 6n5rO&/CUY10ELL(Optional)• Ci SIGNED BY• V i` -Di a- TITLE:0...-tr)DATE' 3/4D019 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALTFY THIS RESPONSE, Certifications Legal Name of Firm: 4 f f rbrek.0'--1 o 1-S LLG Entity Type: Partnershi , Sole Proprietorship, Corporation, etc. 1.--Lc Sole. r-o per e rSkip Year Established: Office Location: City of Miami, Miami -Dade County, or Other ill obi (- Ct d� _000 Federal Employer Identification (FEI/EIN) Number.: Occupational / Business License Number: Occupational / Business License issuing Agency I Q IM i — JGt ci � U uVI `' `� ct 4e `F `T~10 rej D A Occupational / Business License Expiration Date: 5 rev.-,her30) 9oIc1 Will Subcontractor(s) be used? (Yes or No) L)a If subcontractor(s) will be utilized, provide their name, address and the the portion of the work. they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A, 10o 4 , Pckehellim ado,) "Thb44 o/um Q3 1'Y\ei 1' P. I- ciui ' (? A-uk d 1.5)a ej l Tn[ curcyt A e\dwn p*c� �.4/2a15 If Bidder has a Local Office, as defined under Chapter 18/Article I , Section 18- ��3of the City Code, has Bidder filled out, e rized, and included with its bid response the "City of lvtiami Local Office Certification" form'? kW) R NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the HeaderlNotes and Attachments Section of this solicitation) I �IUtaA.0 -2 1C 19 Page 4 of 36 IFB NO.: 1018381 BID SUBMITTAL FORM PROMOTIONAL ITEMS PRE -QUALIFICATION POOL FIRM NAME: Promotions Rock LLC Please check the Group(s) your firm wishes to be pre -qualified under: ❑Group 1 ❑Group 2 ❑Group 3 ❑Group 4 ❑Group 5 ilAli Groups Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.7 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(1) Primary Contact Information Section 2, Paragraph 2.7(1) Section 2, Paragraph 2.7(2) Primary Contact: Vilma Diaz Primary Address: 3125 SW 79th Avenue, Miami, Florida 33155 E-mail Address: Vilma@promotionsrock.com Contact Telephone Number: (305)299-5941 Cellular Phone Number (if applicable): (305)299-5941 Company Main Phone Number: (305)299-5941 Fax Number (if applicable): 8777708288 Secondary Contact Information Secondary Contact: David Cartwright Secondary Address: 3125 SW 79th Avenue, Miami, Florida 33155 E-mail Address: Dcartwl@aol,com Contact Telephone Number: (305)434-5955 Cellular Phone Number (if applicable) (305)209-5041 Company Main Phone Number; (305)299-5941 Fax Number (if applicable): 8777708288 Vendor(s) shall provide their firms website information where a listing of the available items may be viewed. http://www.promotionsrock.com Section 3, Paragraph 2.7(3) Section 2, Paragraph 2.7(4) Identify the categories of promotional items that can be supplied to the City. Awards/Desk Items; Bags; Caps & Hats/Clothing; Mugs/Steins; Miscellaneous Miscellaneous includes signs/displays, banners, pins, journals, notepads, tablecloths, patches, tents, games, Tech items such as power banks, phone chargers, charging cables, etc.; magnets, mints, folders, umbrellas; jewelry, sunscreen, fans, lanyards, pens and pencils, towels, badge holders and muc more available on my website, www.promotionsrock.com I acknowledge have minimum of three (3) years in providing promotional items to government entities or other large entities with same FEI number. IFB NO.: 1018381 Reference Section Summarized Requirements: Refer to the details in Section 2, Paragraph 2.6 (1-9) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Section 2, Paragraph 2.7(5) Past Performance Reference Check 41 Company/Organization Name: City of Doral Address: 8401NW 53rd Terrace, Doral, Florida 33166 Contact Person: Ms. Maggie Santos Contact Phone Number: (305)593-6678 Contact E-mail (if applicable): Maggie,santos@cityofdoral.com Date of Contract or Sale: Various in 2018 such as October 2018, December 2018 Section 2, Paragraph 2.7(S) Past Performance Reference Check #2 Company/Organization Name: Florida International University Address: College of Arts, Sciences & Education, 11200 SW 8th Street, Miami, Florida 33199 Contact Person: Ms. Cynthia Perez Contact Phone Number: (305)348-7948 Contact E-mail (if applicable): cmperez@flu.edu• Date of Contract or Sale: Various in 2018 such as April 2018, May 2018 and October 2018. Section 2, Paragraph 2.7(5) Past Performance Reference Check #3 Company/Organization Name: filth Judicial Circuit Guardian ad Litem Program Address: 601 NW 1' Court, 109h Floor, Miami, Florida 33136 Contact Person: Ms, Patricia Abaroa Contact Phone Number: (786)469-3864 Contact E-mail )if applicable): Patricia.abaroa@gal.fl.gov Date of Contract or Sale: Various in 2018 — such as July 2018, September 2018, Oct. 2018, Nov. 2018, Dec. 2018 �D Section 2, Paragraph 2.7(6) I acknowledge have sound financial conditions and sufficient support, equipment and personnel to ensure that they can satisfactorily execute the services if awarded a•contract under the terms and • conditions stated herein. Section 2, Paragraph 2.7(7) I acknowledge not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involvin g the Ci ty, is a defaulter surety otherwise, upon Oan obligation to the City and/or has failed to perform faithfully on any previous contract with the City. Section 2, Paragraph 2.7(8) Section 2, Paragraph 2.7(9) I acknowledge have no record of pending lawsuits or criminal activities and have never been declared bankrupt. I acknowledge have no conflict of interest with the City. '' 405525 Local Business -Tax -Receipt. Miami —Dade County, State of Florida -THIS IS NOT A BILL .- DO NOT PAY 7170768 . BUSINESS NAME/LOCATION' PROMOTIONS ROCK LLC ':3-125..5W 79TH AVE MIAMrFL 33155 OWNEH PROMOTIONS ROCK LLC CIO DIAZ VILMA R Ernployee(s) 1 RECEIPT NO. RENEWAL 7449599 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS L.BT, EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter BA _ Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $75.00. 08/07/2018 FPPU04-18-017363 This Local Business Tax Receipt only confirms payment of the Loco' Rosiness Tax. The Receipt Is not a license, - permit, or a certification of the holders qualifications, to do business. Holder must comply with any governmental or nongovernmental teggiatory le,mptireqoiremoots which apply to the business: The RECEIPT NO. above must be displayed on all commercial vohicios t. Miami -Dade Coda Sec 8a-276. For mote information, vfsit.yrLWsniamilek. (City of 4liaxni ANNIE PEREZ, CPPO E1I[LIO T. GONZALEZ Chief Procurement Officer City Manager 0, of l... ADDENDUM NO. 4 IFB No. 1018381 March 19, 2019 Invitation for Bid ("IFB") for Promotional Items Pre -Qualification Pool TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The IFB closing date and time has been changed to Tuesday, March 26, 2019 at 2:OOPM. incerely, ,/ «}�—1 ti An ie Perez, CPPO bit;/ ctor/Chief Procurement Officer AP/cl Cc: IFB File (,sty of 41aiami ANNIE PEREZ, CPPO EMILIO T. GONZALEZ Chief Procurement Officer City Manager csi ADDENDUM NO. 3 IFB No. 1018381 March 13, 2019 Invitation For Bid ("IFB") for Promotional Items Pre -Qualification Pool TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. Q1. There is only one (1) line in the Lines Tab, should there be more lines? Al. No. Bidders are not required to enter a unit price in the line item in the Oracle/iSupplier Sourcing System ("Oracle"). Bidders shall submit their bid completing the Bid Submittal Form, located under the Header/Notes and Attachments section of the solicitation in Oracle, along with any additional documents as required in the IFB. However, if the Bidder wishes to submit its bid electronically, then they must enter a unit price of $0.001 in Line Item Number 1 and attach the completed Bid Submittal Form as an attachment. Q2. Can the Bid Submittal Form be provided in Word format? A2. Yes, the Bid Submittal Form has been attached in the Header/Notes and Attachments section in the Oracle System in Word format. Sincerely, Annie Perez, CPPO Director/Chief Procurement Officer AP/cl Cc: IFB File tTttg of glianti ANNIE PEREZ, CPPO EMILIO T. GONZALEZ Chief Proem -chichi Officer City iMana_er ADDENDUM NO. 2 IFB No. 1018381 February 27, 2019 Invitation For Bid ("IFB") for Promotional Items Pre -Qualification Pool TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The purpose of this Addendum is to notify Prospective Bidders that the City has fixed a technical glitch in the Oracle System that prevented the viewing of the attachments by Prospective Bidders. Sincerely, \lc', 'Annie eP rez, CPPO Director/Chief Procurement Officer AP/cl Cc: IFB File Tau of 41itiam i ANNIE PEREZ, CPPO EMILIO T. GONZALEZ Chief Procurement Officer City Manager ADDENDUM NO. 1 IFB No. 1018381 February 26, 2019 Invitation For Bid ("IFB") for Promotional Items Pre -Qualification Pool TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. Q1. Can vendors outside of the United States("US") bid and perform the tasks related to this IFB? Al. Yes, vendors outside of US can bid and perform the tasks required in this solicitation. The vendors seeking pre -qualification in the Pool shall meet all the minimum qualification requirements as described in Section 2.7. and be registered with the Florida Department of State — Division of Corporation (Sunbiz: https://dos.mvflorida.com/sunbiz/). Q2. Will the vendor be required to participate in any onsite meetings? A2. The City of Miami does not foresee the need for any onsite meetings as it pertains to this solicitation. Q3. Can the vendor submit the proposals via email? A3. No, the bids cannot be submitted via email however, the bids can be submitted via Oracle System and / or hardcopy. Please refer to Section 2.6., Submission Requirements of the above -mentioned IFB. Q4. Please advise what items (color, quantities, etc.) are to be bid on for IFB # 1018381. A4. Please refer to Section 3, Specifications of this solicitation. Sincpjely, An irPerez, CPPO Director/Chief Procurement Officer AP/cl Cc: IFB File City of Miami Invitation for Bid (IFB) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement IFBNumber: Title: Issue Date/Time: IFBClosing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 1018381 Invitation for Bid for Promotional Items Pre -Qualification Pool 20-FEB-2019 21-MAR-2019 @ 14:00:00 None Tuesday, March 12, 2019 at 2:00 PM Lima, Cristiane City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US CLima@miamigov.com (305)400-5009 Page 1 of 36 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME - ADDRESS' PHONE: FAX EMAIL: CELL(Optional)• SIGNED BY: TITLE: DATE - FAILURE TO COMPLETE. SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS RESPONSE. Page 2 of 36 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Federal Employer Identification (FEI/EIN) Number.: Occupational / Business License Number: Occupational / Business License Issuing Agency: Occupational / Business License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/1/19). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined undcr Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Page 3 of 36 Page 4 of 36 Line: 1 Description: BIDDERS ARE NOT REQUIRED TO ENTER A UNIT PRICE IN THIS LINE. BIDDERS SHALL SUBMIT THEIR BID UTILIZING THE BID SUBMITTAL FORM, LOCATED UNDER THE HEADER/NOTES AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE ORALCE/iSUPPLIER SOURCING SYSTEM, ALONG WITH ANY ADDITIONAL DOCUMENTS AS REQUESTED LN THE IFB. ONLY COMPLETE THE BELOW INFORMATION IF SUBMITTING ONLINE AS INSTRUCTED. Line: 1.1 Description: Miscellaneous Promotional Items, Imprinted. Please enter a $0,001 if firm is submitting the bid online. Do not forget to attach the Bid Submittal Form to your eletronic submission. Category: 03752-56 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 5 of 36 Invitation for Bid (IFB) 1018381 Table of Contents Terms and Conditions 7 I. General Conditions 7 1.1. GENERAL TERMS AND CONDITIONS 7 2. Special Conditions 27 2.1. PURPOSE 27 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE 27 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION '77 2.4. TERM OF CONTRACT 27 2.5. METHOD OF AWARD 27 2.6. SUBMISSION REQUIREMENTS 27 2.7. MINIMUM QUALIFICATIONS REQUIREMENTS 28 2.8. INSURANCE REQUIREMENTS 28 2.9. STRUCTURE OF POOL 31 2.10. SPOT MARKET PRICING PROCEDURE 31 2.11. PRICES 31 2.12. SHIPPING TERMS 32 2.13. DELIVERY 32 2.14. WARRANTY 32 2.15. DAMAGED GOODS 32 2.16. ACCEPTANCE OF GOODS 32 2.17. METHOD OF PAYMENT 33 2.18. LIQUIDATED DAMAGES 33 2.19. NON -APPROPRIATION OF FUNDS 34 2.20. PROJECT MANAGER 34 2.21. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS/SUPPLIERS 34 2.22. TERMINATION 34 2.23. ADDITIONAL TERMS AND CONDITIONS 35 3. Specifications 36 3.1. SPECIFICATIONS/SCOPE OF WORK 36 Page 6 of 36 Invitation for Bid (IFB) 1018381 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of S25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of Page 7 of 36 Invitation for Bid (1FB) 1018381 the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidders)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 8 of 36 Invitation for Bid (IFB) 1018381 City's best interests. Such agreement wilt be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response Page 9 of 36 Invitation for Bid (IFB) 1018381 for the same items/ services or with the City of Miami's Purchasing Department or initiating depaitment. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Fomral Solicitation. I. City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than S200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: Page 10 of 36 Invitation for Bid (IFB) 1018381 Oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk (clerks@miamigov.com), which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 11 of 36 Invitation for Bid (IFB) 1018381 Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the B i dder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval.by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the Page 12 of 36 Invitation for Bid (IFB) 1018381 responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of perforning the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERRMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure Page 13 of 36 Invitation for Bid (IFB) 1018381 to comply with these requirements may deem a Response non -responsive. A. Responsible Bidder shall mean a bidder/proposer who has submitted a bid/prposal and who has the capability, as determined under the City Procurement Ordinance, in all respects to fully perform the contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: Page 14 of 36 Invitation for Bid (IFB) 1018381 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other govemmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed Page 15 of 36 Invitation for Bid (IFB) 1018381 or supplied over a period of time. 1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. In any action or proceeding each party shall bear their own respective attorney's fees. 1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information Page 16 of 36 Invitation for Bid (IFB) 1018381 practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify, hold/save harmless and defend at its own costs and expense the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attomey's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by 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 Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The 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 Contractor's 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 Agreement. 1.43. FORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time, 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may he furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Page 17 of 36 Invitation for Bid (IFB) 1018381 Web Site following recommendation for award. 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet Page 18 of 36 Invitation for Bid (IFB) 1018381 as appropriate. 1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53. NONDISCRIhIINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment: 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. Page 19 of 36 Invitation for Bid (IFB) 1018381 1.57. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.58. PARTIAL.INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, where required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.61. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of Page 20 of 36 Invitation for Bid (IFB) 1018381 market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successfiil bidders/proposers during the term of the contract. 1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Page 21 of 36 Invitation for Bid (IFB) 1018381 1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bidiproposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than S25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such parry's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed S25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or Page 22 of 36 Invitation for Bid (IFB) 1018381 ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within' three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Comer, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than S25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or Page 23 of 36 Invitation for Bid (IFB) 1018381 the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such parry's right to file a protest pursuant to this section. The protesting party shall riot be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or S5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.74. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no Page 24 of 36 Invitation for Bid (IFB) 1018381 award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO USI. USI SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, l BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for Page 25 of 36 Invitation for Bid (IFB) 1018381 its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder./Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.86. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 26 of 36 Invitation for Bid (IFB) 1018381 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for Promotional Items, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the Solicitation. 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Cristiane Lima; fax: (305) 400-5009 or email: CLima@miamigov.com, and a copy filed with the Office of the City Clerk, pursuant to Section 1.20. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Tuesday, March 12, 2019 at 2:00 PM. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.4. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for five (5) years with the option to extend for one (1) additional five (5) year period, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.5. METHOD OF AWARD Award of this contract will be made to all responsive, responsible bidders who meet the minimum requirements set forth in this solicitation. Successful Bidder(s) will be placed on a pre -qualified bidders list by Group, identified by the type of promotional items they provide, which will be accessed by the City to obtain spot market quotations to purchase promotional merchandise, promotional items, promotional products, promotional gifts, award ribbons or advertising gifts and any other items noted on an as needed basis. 2.6. SUBMISSION REQUIREMENTS All responses will be submitted either via Oracle Sourcing System or via hardcopy format. For hardcopy submissions, all forms should be completed, signed and submitted accordingly. All signatures must be in ink. A typewritten signature is invalid for entering a procurement contract or the submission of a bid. Page 27 of 36 Invitation for Bid (IFB) 1018381 Hardcopy responses shall place bid in a sealed envelope marked the IFB number and title. Mail or deliver to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB. NO EXCEPTIONS. 2.7. MINIMUM QUALIFICATIONS REQUIREMENTS Bidder(s) shall: 1. Maintain an office staffed by competent company representatives authorized to discuss matters pertaining to the contracted items and who are cognizant of the industry and industry standards. Successful Bidder shall provide contact information to include: Name of contact, Email address, Phone number and fax number for primary (required) and secondary (optional) staff within the company who will be responsible for providing a response to spot market quotes issued by the City. These services shall typically be required Monday through Friday within the business hours of 8:00 a.m. and 5:00 p.m, Eastem Time. 2. Provide the firm's website information with the bid submittal. Website must include catalog of available promotional items. 3. Identify the categories of promotional items that can be supplied to the City by the bidder. Information offered must be relevant to the scope of work and technical specifications of this solicitation. This information will be used to create and identify groups of suppliers and facilitate the spot market quotation process. 4. Have a minimum of three (3) years in providing promotional items to government entities or other large entities with same FEI number. 5. Provide a minimum of three (3) past performance references. 6. Have sound financial conditions and sufficient support, equipment and personnel to ensure that they can satisfactorily execute the services if awarded a contract under the terms and conditions stated herein. 7. Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon an obligation to the City and/or has failed to perform faithfully on any previous contract with the City. 8. Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. 9. Have no conflict of interest with the City. 2.8. INSURANCE REQUIREMENTS INDEMNIFICATION Successful Bidder shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, 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 Successful Bidder and persons employed or utilized by Successful Bidder in the performance of this Contract. Successful Bidder 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, even if it is alleged that the City, its officials, and/or 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 Successful Bidder shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder shall in no way limit the responsibility to indemnify, keep Page 28 of 36 Invitation for Bid (IFB) 1018381 and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, 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 Successful Bidder, or persons employed or utilized by Successful Bidder. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder 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. The Successful Bidder 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 Successful Bidder in which the City participated either through review or concurrence of the Successful Bidder's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder or other acts of the Successful Bidder, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder or sub -contractor under this Contract. Ten dollars (S 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 Successful Bidder. Upon City's notification of an awarded spot market quote order for specific items in Group 5, the bidder shalt furnish to the City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130. Certificates of Insurance that indicate that insurance coverage has been obtained, which meets the requirements as outlined below: Refer to Attachment A, Insurance Addendum, for requirements and conditions. (1) Worker's Compensation Limits of Liability - Statutory - State of Florida - Waiver of subrogation. A. Limits of Liability S100,000 for bodily injury caused by an accident, each accident. S 100,000 for bodily injury caused by disease, each employee S500,000 for bodily injury caused by disease, policy limit (2) Commercial General Liability (Primary and Non -Contributory): A. Limits of Liability Bodily Injury and Property Damage Liability - Each Occurrence: S1 000,000 General Aggregate Limit: S2,000,000 Page 29 of 36 (3) Invitation for Bid (IFB) 1018381 Personal and Adv. Injury. Products and Completed Operations and Fire Damage: S I,000,000. B. Endorsements Required: City of Miami included as an Additional insured. Contingent and Contractual Liability. Premises and Operations Liability. Primary Insurance Clause Endorsement BusinessAutomobile Liability A. Limits of Liability Bodily injury and property damage liability combined single limits. Any Auto, including hired, borrowed or owned, or non -owned autos used in connection with the work. Any One Accident - S300,000 B. Endorsements Required: City of Miami is listed as an additional insured The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change, or 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. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the successful bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: 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. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the successful bidder of his 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 successful bidder 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. Page 30 of 36 Invitation for Bid (IFB) 1018381 --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the successful bidder in conjunction with the General and Special Terms and Conditions of the Bid. The successful bidder 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 successful bidder. 2.9. STRUCTURE OF POOL It is the City's intention to create a Pool of Successful Bidder(s) to be available to provide the requested services as needed. The Pool will have as many members in each service category as the City deems appropriate. Successful Bidders may apply and be selected for multiple categories. The City may periodically add members to any of the categories. The City may also add categories. At the sole discretion of the City, additional members may be added to the Pool at any time, to maintain sufficient participation, and to ensure competition. The vendors seeking pre -qualification in the Pool shall be required to meet the minimum qualification requirements as described in Section 2.7. The City reserves the right to increase the number of vendors as it deems in its best interest, and to obtain the most competitive rates at time of need At the City's discretion, members may be dropped from the Pool for lack of participation, which shall include failure over a reasonable time to propose on Spot Market Quote Requests (Quotes) offered through the Pool, poor performance in executing a quote, being in arrears in obligations to the City, and any other reason specified by City policies and procedures. Successful Bidder(s) shall maintain the qualifications of the firm and proposed personnel at a standard consistent and equivalent to the qualification submissions submitted in response to this IFB. 2.10. SPOT MARKET PRICING PROCEDURE Pre -qualified Bidders will be eligible to participate in subsequent spot market quotations as required by the City, on an as -needed basis. Spot market pricing procedures may be initiated either by a User Department or the Procurement Department. In general, written spot market quotes will be gathered from all Successful Bidders pre -qualified for a specific category of promotional items. Spot market quotations will include the technical specifications, any additional terms and conditions, specific to the promotional items being purchased. The City reserves the right to verify the information submitted by the Successful Bidder(s) and to obtain and evaluate additional information, as it deems necessary, to ascertain the Successful Bidder's conformance to the minimum requirements. 2.11. PRICES The prices offered shall remain fixed and firm until the delivery or pick-up and acceptance of the order is completed and invoiced at the original price quoted to the City through the spot market process. The prices quoted shall be Page 31 of 36 Invitation for Bid (IFB) 1018381 inclusive of all costs, fees, materials, labor and transportation necessary to pick-up, deliver and produce a finished product involved in providing these services and supplies. No changes or additions shall be allowed without prior written consent from the User Department. 2.12. SHIPPING TERMS Successful Bidder(s) shall quote prices based on FOB Destination and shall hold title to the goods until such time as they are delivered to and accepted by an authorized City representative at their respective offices. The City reserves the right to update the delivery location at any time. 2.13. DELIVERY The Successful Bidder(s) shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip or delivery ticket shall include at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of backorders if applicable. 2.14. WARRANTY The Successful Bidder(s) hereby acknowledges and agrees that all materials, expect where recycled content is specifically requested, that are supplied by the Successful Bidder in conjunction with this solicitation shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the Successful Bidder(s) are found to be defective or do not conform to specifications: (1) the materials may be returned to the Successful Bidder(s) at the Successful Bidder's expense and the contract cancelled or (2) the City may require the Successful Bidder(s) to replace the materials at the Successful Bidder's expense. 2.15. DAMAGED GOODS The Successful Bidder(s) shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.16. ACCEPTANCE OF GOODS The products to be provided shall be delivered to the City in full compliance with the specifications and requirements set forth in the spot market quote process and in this Contract. If the Successful Bidder(s) provided products are determined to not meet the specifications and requirements, either or prior to acceptance or upon initial inspection, the item will be returned, at Successful Bidder's expense to the Successful Bidder(s). At the City's own option, the Successful Bidder(s) shall either provide a direct replacement for the items or provide a full credit for the returned item. The Successful Bidder shall not assess any additional charge(s) for any conforming action taken by the City under this clause. Page 32 of 36 Invitation for Bid (IFB) 1018381 2.17. METHOD OF PAYMENT The Successful Bidder(s) shall submit an invoice to the City User Department(s) after purchase has been completed, items received and accepted by said Department. Under no circumstances shall the invoices be submitted to the City in advance of the delivery and acceptance of the items. All invoices shall contain the following basic information: Bidder Information • Name of the firm as specified on the contract; • Date of Invoice; • Invoice Number; and • Bidder FEI number. City Information • PO number; • User Department; • Contact Name (if applicable); and • Delivery information, terms, location. Pricing Information • Unit price of the good, services, or property provided; • Extended total price of the goods, services or property; and • Applicable discounts. Goods or Services Provided per Contract • Description; and • Quantity. Successful Bidder(s) shall not initiate an order without a Purchase Order (PO) issued by the City. The City will not be responsible for payment of any orders processed and invoiced without a City PO. 2.18. LIQUIDATED DAMAGES Upon failure to complete the project in accordance with the specifications and to the satisfaction of the City within the time stated, the Successful Bidder(s) shall be subject to assessment of liquidated damages in the amount of 525.00 for each and every calendar day the work remains incomplete (not to exceed the total amount of the contract), as compensation due to the City for loss of use and for additional costs incurred by the City due to such non -completion of the work. The City shall have the right to deduct said liquidated damages from any amount due Page 33 of 36 Invitation for Bid (IFB) 1018381 or that may become due to the Successful Bidder(s) under this agreement or to invoice the Bidder for such damages if the costs incurred exceed the amount due to the Successful Bidder. 2.19. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Bidder(s) or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any project(s) will be awarded to any firm(s). 2.20. PROJECT MANAGER Upon award, Successful Bidder(s) shall report and work directly with Project Manager, or Designees from the User Department. 2.21. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS/SUPPLIERS Although this Solicitation identifies specific items/products to be serviced, it is hereby agreed and understood that any item/products may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, the Successful Bidder(s) under this contract shall be invited to submit price quotes for these new items/products. If these quotes are comparable with market prices offered for similar items/products, they shall be added to the contract whichever is in the best interest of the City and an addendum and a separate purchase order shall be issued by the City. Additionally, as stated in Section 2.9, Structure of Pool, the City reserves the right to increase or decrease the number of Pre -Qualified Bidders as it deems in its best interest so as to obtain the most competitive rates at time of need. 2.22. TERtMINATION A. FOR DEFAULT If the Successful Bidder(s) defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder(s) shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder(s) was/were not in default or (2) the Successful Bidder(s)'s failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Successful Bidder will be compensated in accordance with Page 34 of 36 Invitation for Bid (IFB) 1018381 an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.23. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, pricelists or warranties, it is understood and agreed that the General and Special conditions in this solicitation are the only conditions applicable to this solicitation and the Bidder's authorized signature affixed to the Successful Bidder's acknowledgement form attests to this. Page 35 of 36 Invitation for Bid (IFB) 1018381 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK The purpose of this solicitation and resulting Contract is to establish a pool of pre -qualified Bidders by group for future pricing competition to provide various promotional items for the City of Miami. The pool will consist of five (5) defined groups of pre -qualified Bidders to be used on an as needed basis to meet ongoing City requirements. Bidders are to complete and return the Bid Submittal Form in the header notes and attachment section of this solicitation. Group 1: Awards/Desk Items Items include, but are not limited to, paperweights, loving cups, award programs, desk accessories, clocks, sign and displays, organizers, computer accessories, globes, figurines, award ribbons, picture frames, pens ballpoint general, pens ballpoint lacquered finish, pens ballpoint transparent, pen and pencil sets, pen and pencil accessories, mechanical pencils. Group 2: Bags Items include, but are not limited to, lunch bags, bottle bags, diaper bags, drawstring tote bags, hip/waist bags, general bags, laundry bags, leather bags, litter bags, resealable/reclosable bags, shoe bags, cooler bags, messenger bags, carry -on bags, travel side bag, sports bag, canvas bags, beach bags, jute bags, tennis bags, golf bags, racquetball bags, luggage. Group 3: Caps & Hats/Clothing Items include, but are not limited to, caps and hats/visors general, beanie, baseball caps, lights flashing caps, light up keychain caps, all colors baseball caps, light -emitting diode (LED). Group 4: Mugs/Steins Items include, but are not limited to, mugs and steins ceramic, mugs and steins general, mugs and steins plastic, mugs and stein metal, glass mugs, fun cups, insulated mugs, tumblers. Group 5: Miscellaneous Items include, but are not limited to, banners, signs, vehicle wraps, towels, wall murals, window graphics, 3D letters, flags. Specific items in Group 5 may require insurance as detailed in Section 2.8 of the IFB. Upon award of a spot market quote for these items, the awarded Bidder shall be required to furnish proof of insurance prior to the start of work. Additional groups and items may be added by the City at any time during the term of the contract. Additional information and requirements will be provided in the subsequent spot market quotation requests, issued by the City department(s). Page 36 of 36