Loading...
HomeMy WebLinkAboutBack-Up DocumentsQIit of 4iHianti ANNIE PEREZ, CPPO Procurement Director ARTHUR NORIEGA V City Manager CITY OF MIAMI'S SUPPLEMENTAL AGREEMENT TO BID CONTRACT FB-00664 BETWEEN MIAMI-DADE COUNTY, FL AND MBGC, LLC d/b/a MINERVA BUNKER GEAR CLEANERS The City of Miami ("City") is accessing the above -mentioned Agreement for the provision of Bunker Gear Cleaning, Inspection and Repair Services for the Department of Fire -Rescue ("Fire"). That certain Contract titled "Cleaning and Repair of Bunker Gear" MDC and MBGC, LLC d/b/a Minerva Bunker Gear Cleaners ("MBGC''), made and entered effective as of August 1, 2018 is attached hereto and is incorporated by reference herein. This supplement is to the Services Contract between MDC and MBGC, which includes City of Miami legal requirements. The term of this Contract is as stated in Section 2.2 of the Contract.. The effective date of access by the City of Miami is . 2020. 1. All references to "Miami Dade County", shall be deleted and replaced with "the City of Miami", or "the City", as applicable. 2. MBGC's Responsibilities: A. MBGC has agreed to furnish the services as further described in MDC contract number ITB No. FB- 00664 ("Bunker Gear Cleaning and Repair"), as indicated in Section 3,1 and 3.2, Invitation to Bid as attached. B. MBGC will provide products to the City in an amount equal to the costs identified in the Bunker Gear Cleaning and Repair Contract, Tabulated Results and amendments. C. MBGC's responsibilities shall commence on the effective date of this agreement. 3. Section 1.21, titled "Indemnification" is hereby deleted in its entirety and replaced with the following language: Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees( collectively "Indemnitees"), from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, or from any alleged failure to comply with applicable federal, state and Local laws, rules, regulations, codes, and ordinances (collectively "regulations"), as they may be amended from time to time , even if it is alleged that the City, its officials, and employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Contractor to defend, at its own expense, to and through trial, administrative, regulatory, appellate, supplemental and bankruptcy proceedings, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Contractor, or persons employed or utilized by Contractor. These duties will survive the cancellation or expiration of the Agreement. This Section will be interpreted under the laws of the State of Florida Contractor shall require all sub -Contractor agreements to include a provision that each sub -Contractor will indemnify the City in substantially the same language as this Section. Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the 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 Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Contractor. 4. Section 1.22 titled "Insurance Requirements" is hereby deleted in its entirety and replaced with the following language: MBGC shall fumish to City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: 1. Commercial General Liability Page 2 Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $1,000,000 Personal and Advertising Injury $1,000,000 Endorsements Required City of Miami included as an Additional Insured Contingent and Contractual Liability Premises and Operations Liability Primary and Non -Contributory Insurance Clause Endorsement Additional Insured Endorsement naming the City of Miami as an additional insured must be provided. II. Business Automobile Liability Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 Endorsements Required City of Miami included as an Additional Insured III. Umbrella/Excess Liability (Excess Follow Form) Limits of Liability Each Occurrence $1,000,000 Aggregate $2,000,000 Additional Insured Endorsement naming the City of Miami as an additional insured must be provided. IV. Workers' Compensation Limits of Liability Statutory - State of Florida Employer's Liability Limits of Liability $100,000 for bodily injury caused by an accident, each accident. $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit Professional/Errors and Omissions Combined Single Limit Each Claim General Aggregate Limit $1,000,000 $1,000,000 Page 3 Retro Date Included Network Security and Privacy Injury (Cyber Liability) If Applicable Each Claim Policy Aggregate Retro Date Included $1,000,000 $1,000,000 Consultant agrees to maintain professional liability/Errors & Omissions coverage, along with Network Security and Privacy Injury (Cyber) coverage, if applicable, for at least 2 years after termination of the contract period subject to continued availability of commercially reasonable terms and conditions of such coverage. The above policies shall provide the City of Miami with written notice of cancellation or material change in accordance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no Tess than "A-" as to management, and no Tess than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. The City shall retain the right to modify respective insurance limits based upon the provider's actual loss experience. Upon receiving the City's notice to increase insurance limits, the provider must produce evidence of compliance within 10 days of such notice. NOTE: CITY BID/ RFP NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Provider of liability and obligation under this section or under any other section of this Agreement. —If insurance certificates are scheduled to expire during the contractual period, the Provider shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, at its discretion, the City shall: Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation for Bid; or, Terminate this contract for cause and seek re -procurement damages from the Provider in conjunction with the General and Special Terms and Conditions of the Bid. The Provider shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Provider. Page 4 5. Section 1.49 titled "Public Records and Contracts for Services Performed on Behalf of Miami -Dade County", is hereby deleted in Its entirety and replaced with the following language: A. MBGC understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Vendor(s)'s failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. MBGC shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement if MBGC does not transfer the records to the City; (4) upon completion of the Agreement, transfer, at no cost, to the City all public records in possession of MBGC or keep and maintain public records required by the City to perform the service, if MBGC transfers all public records to the City upon completion of the Agreement, MBGC shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if )MBGC keeps and maintains public records upon completion of the Agreement, MBGC shall meet all applicable requirements for retaining public records, all records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Notwithstanding the foregoing, MBGC shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Vendor(s) determine to dispute any public access provision required by Florida Statutes, then MBGC shall do so at its own expense and at no cost to the City. IF Vendor(s) HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO VITAC'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. VITAC MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. Page 5 SECTION 2 CHANGES TO BOILER PLATE 1. Section 2.6 titled "Pickup/Delivery Requirements" is hereby deleted in its entirety and replaced the following language: All pickups and deliveries will occur at City of Miami Fire -Rescue Department (Support Services Division); 1151 NW 7'" St, Miami, FL 33136; phone 305-416-5460, cell 305-761-4704 cell. Between the hours of 8 AM and 3 PM Monday -Friday. 2. Section 2.7 titled "Location of Current Stations" is hereby deleted in its entirety. 3. Section 2.15 titled "Notices", is hereby added with the following language: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery of by registered or certified US Mail, retum receipt requested, address to the other party at the address indicated herein or to such other address as a party my designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or if by mail on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO THE CITY: Arthur Noriega V City Manager 3500 Pan American Drive Miami, Florida 33133 Victoria Mendez City Attorney 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Joseph F. Zahralban Fire Chief City of Miami, Fire -Rescue Department 1151 NW 7th St, Miami, FL 33136 TO MBGC: MBGC, LLC d/b/a Minerva Bunker Gear Cleaners 3795 NW 38th Street Miami, FL 33142 Attn.: Joseph Xiras Page 6 4. Section 2.16 titled "Funding' is hereby added with wording with the following language: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws, city programs or policies , or regulations, upon thirty (30) days written notice. 5. Section 2.17 of the Contract titled "Force Majeure", is hereby added with the following language: Turbulence, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 6. Section 2.18 of the Contract titled "No Conflict of Interest", Is hereby added with the following language: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, MBGC hereby certifies to the City that no individual member of MBGC, no employee, and no subcontractors under this Agreement or any immediate family member of any of the same is also a member of any board, commission, or agency of the City. MBGC hereby represents and warrants to the City that throughout the term of this Agreement, MBGC, its employees, and its subcontractors will abide by this prohibition of the City Code. 7. Section 2.19 of the Contract titled "No Third -Party Beneficiary", is hereby added with the following language: No persons other than NPEE and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 8. Section 2.20 of the Contract titled "Survival", is hereby added with the following language: All obligations (including but not limited to indemnity and obligations to defend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 9. Section 2.21 of the Contract titled COUNTERPARTS; ELECTRONIC SIGNATURES, is hereby added with the following language: This Agreement may be executed in counterparts, each of which shalt be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose Page 7 name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized. MBGC, LLC d/b/a Minerva Bunker Gear Cleaners: BY: 15eptfOlias DATE: o 4 , aM &i a t ATTEST: CITY OF MIAMI, a municipal corporation: BY: DATE: Arthur Noriega V, City Manager orporate Secretary/Notary Public ATTEST: Corporate Seal/Notary Seal Ckrv---/ D. GONZALEZ Notary rob& Stott of New York No. •1G06213214 ()edified it Quotes C rr Commisioa Expires // 1/ Todd Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: Ann -Marie Sharpe, Director Risk Management APPROVED AS TO LEGAL FORM AND CORRECTNESS: Victoria Mendez, City Attorney Page 8 ACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS CHECK LIST CONTRACT NO.: MDC F B-0664 PROCUREMENT CONTRACTING OFFICER: Richard McLaren DATE SUBMITTED: 01 /11 /2021 TITLE: Inspection, Cleaning and Repairing of Fire Bunker Gear Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be reviewed and approved by the Department Director with signature below. Procurement Documents — to be included in Approval Package n Award Summary Form for Director or City Manager (if applicable) n A• genda Item Summary Form (for Commission Approval — if applicable) n R• esolution (for Commission Approval — if applicable) n C• opy of this checklist signed by the Director Co-op/Governmental Agency Documents — to be included in Approval Package n Copy of Tally/Evaluation Results (score sheets, ranking or summary) n Copy of Contract's Advertisement & Distribution information n Copy of Contract/Solicitation Being Accessed n Copy of Award Sheet/Approval Documents n Copy of Proposal/Bid NOTES: 8 APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. ❑ NOT APPROVED as a contract which was entered into pursuant to a competitive process in compliance with City laws, policies and procedures. Annie Perez, CPPO Director, Department of Procurement 10/8/14 Miami -Dade County Supplier Invited Packet - FB-00664 Invited Supplier Report Bid #FB-00664 - Cleaning and repair of bunker gear [340-94] Washing Equipment for Face Masks, etc. [954-20] Dry Cleaning Service [990-79] Sanitizing and Disinfecting Services, Security, Fire, Safety and Emergency clerk of board Company Phone 3752356 Company Fax Company Contact clerk board Address 111 nw 1 st street clerk@miamidade.gov miami, FL 33128 Ph Qualifications Supplier Code Gloves, Inc. Company Phone 9449186 Company Fax Company Contact Melissa Exum Address 1950 Collins Blvd. melissa@glovesinc.com Austell, GA 30106 Ph 770-944-9186 Qualifications Supplier Code MINERVA BUNKER GEAR CLEANERS Company Phone 917-687-321 1 Company Fax Company Contact JOSEPH XIROS Address 3795 NW 38 STREET MBGC@BUNKERGEARCLEANERS.COM MIAMI, FL 33142 Ph 917-687-3211 Qualifications Supplier Code 800680015 01 Minerva Bunker Gear Cleaners Company Phone 728-7400 Company Fax Company Contact Giorgio Palmisano Address 780 East 134th Street giorgio@bunkergearcleaners.com Bronx, NY 10454 Ph 718-728-7400 Fax 718-728-7408 Qualifications Supplier Code 562395016 01 Minerva Bunker Gear Cleaners Company Phone 728-7400 Company Fax Company Contact joe xiras Address 780 E134 st joe@bunkergearcleaners.com Bronx, NY 10454 Ph 718-728-7400 Qualifications Supplier Code Vendor Services Company Phone 305-375-5773 Company Fax Company Contact Vendor Services Address 111 NW 1ST STREET ISD-VABIDS@miamidade.gov Miami, FL 33128 Ph 305-375-5773 Qualifications Supplier Code 2/12/2020 5:42 AM p. 1 Bid No,: FB-00664 ;This tally sheet is an indication of prices of the awarded responsive and responsible Bid 1:',..-;a: Cleaning and Repair of Bunker Gear only, it is not a determination bidder. Bid Opening Date: 2/2/18 / ry z/v f� 3 Prepared Verified Verified Vendor Name: by: A. Rodriguez • 9 by: p.,4\t-nOs by: G�e0vltolle"i_., Gloves, Inc. Xeros High Performance Workwear d/b/a MarKen PPE MBGC, LLC. (Minerva Bunker Gear Cleaners) Vendor FEIN: 58-1262376 ,..__._.,_.._ 82-1924995 80-0680015 ADPICS Address: PO Box 483 Austell, GA. 30106 mm 3795 NW 38 St. Miami, FL 33142 _ Were all Affidavits Submitted: Yes, incomplete Yes, incomplete Yes, incomplete Indicate SBD Certification: No No No Conviction Disclosure (Yes/No): No.. No No Registered Vendor (Yes/No): Yes No Yes Local Preference, Locally Headquartered Affirmed (Yes/No): Yes/No NoiNo YesNes Vendor Contact: David Clark Ben ,a Beeman Joseph Xiras Vendor Contact Phone Number: 770-944-9186 702-578-9597 305-851-8281 Vendor Contact Email: _re david@glovesinc.com bbeemanC�markenent.com ioe@bunkergearcleaners.com Vendor Contact Fax Number: Is this Bid Responsive Collusion Affidavits: (If no, state reason): ... _ _..,.,_..,_..........-._ .�... _.....,_.---- _._.. ,..__ - Insurance Cerficate: .._.,,._.__ NA NA NA Incumbent Item Vendor (Yes/No): Quantity 1,500 __. ........_ ...._..____- No No __.._....-....__--- Yes Description Unit Price Each Total Unit Price Each Total Unit Price Each Total 1 Advanced Cleaning - Complete Set (1 jacket and 1 pair of pants) $69.00 $103,500.00 $99.00 $148,500.00 $0.00 $0.00 2 3 50 10 Biohazard Decontamination Cleaning - Complete Set (1 jacket and 1 pair of pants) $20.00 $1,000.00 $20.00 $200.00 $1.00 $1,500 00 $34.50 $172.50 $34.50 $172.50 $63,00 $3,150.00 $0.00 $0.00 $13 50 $675.00 Heavy Soil/Removal Cleaning - Complete Set (1 jacket and 1 pair of pants) $15 50 $155.00 4 1,500 Advanced Cleaning Hood $0.00 $0.00 $46.50 $232.50 $46.50 $232.50 $3 80 $5,700.00 5 5 Advanced Cleaning Coat $31.50 $157.50 $31.50 $157.50 $5 50 $27.50 6 5 Advanced Cleaning Pant 7 5 Advanced Cleaning Fire Gloves $2.00 ' $10.00 $0.00 $0.00 8 5 Advanced Cleaning Rubber Boots $10.00 i $50.00 $37.00 $185.00 $23.00 ! $115.00 9 5 Advanced Cleaning Leather Boots $25.00 ' $125.00 $59.50 $297.50 $23.00 i $115.00 10 5 Advanced Cleaning Helmets _ $21.00 j $105.00 $37.00 $185.00 $23.00 $115.00 11 5 Advanced Cleaning Belt $1.00 $5.00 $0.00 $0.00 $1.75 $8.75 12 13 14 40 Coat Shell Repair Collar $9.00 $360.00 _-� .._..._..._. $44.25 $1 770.00 _--� $2 00 i $80.00 435 5 Coat Shell Repair Flashlight Strap w/Velcro & Snap $18.00 $7,830.00 $37.00 $16,095.00 $1.00 $435.00 Coat Shell Replace Hanging Hook $4.00 $20.00 $7.00 $35.00 $6.00 ! $30.00 15 60 Coat Shell Install Rescue Harness $5.00 $300.00 $89.00 $5,340.00 $0.00 $0.00 16 10 Coat Shell Replace Mien -col holder Hook/Drag/Loop $10.00 $100.00 $9.25 $92.50 $10.50 $105.00 17 75 Coat Shell Repair Shoulder Pad $31.00 ; $2 325.00 $45.00 $3,375.00 $0.00 $0.00 18 5 Coat Shell Replace Storm Flap-D-Ring $9.00 $45.00 $14.25 $71.25 $2.00 $10.00 19 420 Coat Shell Replace Storm Flap -Hook or Loop $35.00 ; $14,700.00 $19.50 '. $8,190.00 $14.50 $6,090.00IX__.�. 20 30 Coat Shell Replace Storm Flap -Zipper $46.00 $1,380.00 $38.00 $1,140.00 $34.50 $1,035.00 21 5 Coat Shell Replace Take-up Strap $7.00 $35.00 $22.00 $110.00 $5.00 $25.00 22 5 Coat Shell Replace Take-up Strap Buckle $5.00 $25.00 $11.00 $55.00 $2.00 $10.00 23 5 Coat Shell Replace Throat Closure - Entire (Hook or Loop) $15.00 $75.00 $41.00 $205,00 $11.25 $56'.25 24 5 Coat Shell Replace Name Patch - Blank Attached w/Hook & Loop $14.00 $70.00 $32.50 $162.50 $23 0C $115.00 25 5 Coat Shell Replace Name Patch - Blank Sewn On $13.00 $65.00 $17.35 $86.75 $13 5C $67.50 _ 26 5 Coat Shell Replace Reflective Letter on Name Patch $8.00 $40.00 $8.00 $40.00 93,25 $16.25 9550 $27,50 27 5 Coat Shell Replace Reflective Letter on Shell $3.25 ''.. $16.25 $5.50 $27.50 T� 28 5 Coat Shell Replace Pocket - Bellows (Full) $20.00 $100.00 $69.00 $345.00 $48 00 $240.00 29 25 Coat Shell Replace Pocket - Bellows (Semi) $20.00 $500.00 $52.00 $1,300.00 $2.00 $50.00 30 20 Coat Shell Replace Pocket - Hand Warmer $20.00 $400.00 $39.00 $780.00 $2.00 $40.00 31 10 Coat Shell Replace Pocket - Radio $20.00 $200.00 $38.00 $380.00�� $28 00 $280.00 32 5 Coat Shell Replace Entire Sleeve $55.00 $275 00 $119.00 $595.00 857.00 $285.00 33 10 Coat Shell Replace Cuff $19.00 $190.00 $26.50 $265.00 _.__. $21.00 $210.00 34 20 Coat Shell Replace Cuff w/Hook and Loop & Snap $12.00 $240 00 $34.00 $680.00 $2.00 $40.00 35 30 Coat Shell Replace Elbow Pad - 2 Piece w/Seam $18.00 $540.00 $31.50 $945.00 $0.00 $0.00 36 30 30 Coat Shell Replace Elbow Pad External Coat Shell Replace Elbow Pad Sewn In $15.00 $450.00 $35.00 $1,050.00 $15.00 $300.00 $22,00 $660.00 $0.00 $0.00 37 $27.00 $810.00 $3 00 $93.00 38 39 20 Coat Shell Replace Water well Only $35.00 $700.00 $5.00 $100.00 5 Coat Shell Replace Water well w/Wristlet $35.00 $175.00 $40.00 $200.00 $5.00 $25.00 40 20 Coat Shell Replace Wristlet Only $25.00 ; $500 00 $20.00 $400.00 $24.00 $480.00 41 10 Coat Shell Refl. Trim -Remove & Replace Hardware $7.00 $70.00 $224.99 $2,249.90 $1.00 $10.03 42 43 44 10 30 10 Coat Shell Refl. Trim -Remove & Replace Pocket $10.00 $100.00 $81.50 $815,00 $11.00 $110.00 Coat Shell Attach Reflective Flag Coat Shell Replace Refl. Trim -one Band on Coat (Pleated Back) $9.00 $270.00 $64.00 $640 00 $40.00 $7 200 00 $15.25 $457,50 $7.00 . $210.00 $95.00 $950,00 $84,00 $15,120.00 $7.00 $70.00 $42.00 $7,560.00 45 180 l Coat Shell Replace Refl. Trim -one Band on Coat (Standard) 46 25 Coat Shell Replace Refl, Trim -Vertical Band $50.00 $1,250.00 $55.00 h $1,375.00 $27.00 $675.00 47 270 Coat Shell Replace Refl, Trim -Over Pocket $29.00 $7,830.00 $69.00 ' $18,630.00 $24.00 $6,480.00 48 180 Coat Shell Replace Refl, Trim -Under Pocket $22.00 $3,960.00 $55.00 $9 900.00 $13.50 $2,430.00 49 170 Coat Shell Replace Refl. Trim -Over Storm Flap $34,00 $5,780.00 $84.00 $14,280.00 $6.00 $1,020.00 50 5 Coat Liner Replace Hook or Loop on Collar $12.00 $60.00 $24.00. $120.00 $14 00 $70.00 51 10 Coat Liner Replace Zipper $44.00 $440 00 $52.00 $520 00 $29 50 - $295.00 52 5 Coat Liner Heat Seal Water well in Sleeve $7.00 , $35.00 $7.25 i $36.25 $1.00 ! $5.00 53 5 Coat Liner Replace Hook or Loop on Cuff $10.00 $50.00 $24.00 $120.00 $10.00 $50.00 54 5 Coat Liner Replace Water well Only $19.00 $95.00 $35.00 11 $175.00 $3 00 $15.00 Gloves, $45.00 Inc. $225.00 $975.00 Xeros High Performance d/b/a $40.00 Workwear Marken PPE $200.00 $500.00 MBGC, LLC. (Minerva Cleaners) $3.00 Bunker Gear $15.00 $550.00 $40.00 $7,200.00 $5.00 ; $0.00 $200.00 55 5 Coat Liner Replace Water well w!Wristlet 56 57 25 20 Coat Liner Replace Wristlet Only $39.00 $20.00 $22.00 Pant Shell Replace Fly-D-Ring $9.00 $180.00 $21 000 00 $10.00 $840 00 $1,500.00 _, $5.00 $100.00 $18,900.00 $125.00 $2.00 58 600 5 Pant Shell Replace Fly Hook or Loop $35.00 $31.50 $12 00 59 Pant Shell Replace Fly - Zipper Stop or Tab $2.00 $25.00 $1.00 60 120 Pant Shell Replace Suspender Button $7.00 . $4.50 $540.00 $0.00 61 20 Pant Shell Attached Boot Access Panel w/Zipper $75.00 $132.00 $2,640.00 $10.00 62 100 Pant Shell Replace Cuff $18.00 $1,800.00 $26.00 $2,600.00 $17 00 $1 700.00 63 220 Pant Shell Replace Knee Pad External $29.00 $30.00 $55 00 $30.00 $6,380 00 $150.00 $1 100 00 S150.00 $31.50 $6,930.00 $1.00 $1.00 $220.00 $5.00 64 5 Pant Shell Replace Knee Pad Padded $65.00 $325.00 65 20 Pant Shell Replace Knee Pad Sewn In $75.00 $1,500.00 $41 00 $820.00 66 5 Pant Shell Replace Knee Stearn Channel - Make Complete $89.00 $445.00 $325.00 $260.00 $0.00 $2.00 $32.00 � $0.00 $20.00 $160.00 $9,712.50 67 10 Pant Shell Replace Knee Pad Fly - Hook $9.00 $90 00 $32.50 68 5 Pant Shell Replace Pocket - Bellow (Semi) $45.00 } $225.00 __._. $52.00 69 350 Pant Shell Replace Reflective Trim - One Band on Leg $35.00 512250.00 $30.25 $10,587.50 $27.75 70 25 Pant Shell Replace Reflective Trim -Vertical Band $35.00 $875.00 $240 00 $50.25 $38.00 $1,256.25 $26 00 $650.00 $230.00 71 10 Pant Shell Replace Zipper $24.00 $380 .00 $23.00 72 25 Replace Misc. Hole or Tear Large p g $20.00 $50000 $2 080 00 $23.00 ,,. $575.00 $3 120.00 $1400 $350.00 $2,240.00 73 160 Replace Misc. Hole or Tear Up to 3x3 $13.00 $19.50 $14.00 74 2220 Replace Misc. Hook or Loop up to 12 inches $15.00 $33,300.00 $13.50 $29970.00 5900 $19,980.O0 75 4015 Replace Misc. Hole or Loop up to 2x2 $9.00 $36,135.00 $13.50 $54,202.50 $4.75 mm $19,071.25 76 15 Misc. Sewing - Repair Pocket (per 15 min.) $25.00 -, $375.00 $1,040.00 $9.50 $142.50 $390.00 $15.00 $225.00 $520.00 77 130 Replace Small Hardware (Rivets, Snaps, Grommet) $8.00 $3.00 $4.00 78 20 Replace Pocket Flat Only $7.00 ; $140.00 $12.00 ', $240.00 $2.00 $40.00 79 15 Replace Pocket - Neoprene Liner Only $10.00 j $150.00 $22.00 $330 00 $1.00 $15.00 80 5 Replace Pocket - Reinforcement $22.00 $110.00 $25.00 $125.00 $3.00 $15.00 81 20 Replace Snap w/ Liner Attachment Strap in Sleeve/ Leg $6.00 $120.00 $7.00 '.. $140.00 $4.00 $80.00 82 5 Replace Binding - per 12 inches $13.00 $65.00 $13.00 $65.00 $4.00 $20.00 $3 915 00 83 435 Heat seal - per 12 inches $10.00 $4 350 00 $13.50 $5 872.50 $9.00 84. 130 Suspender Button $9.00 $1170.00 $200.00 $5.00 $650.00 $4.00 $520.00 85 1 After Hours Emergency Services call (Per Section 2.0 paragraphs 2.11) - Flat fee based on any request outside of normal business hours $200.00 ''....... n/a n/a $375.00 $375.00 86 12 Monthly charge for vendor managed inventory service $3,000.00 $36,000.00 $4,250.00 $51,000.00 TOTAL $330,675.00 '.. $504,785.40 6156,073.75 Xeros - Bidder did not use correct pricing pages resulting in not acknowledging item #86. No number in item 85. Lion Submitted a No Bid This tally sheet is an indication of prices only, it is not a determination of the awarded responsive and responsible bidder. .. Miami -Dade County FB-00664 Minerva Bunker Gear Cleaners Bid Contact Giorgio Paimisano giorgio@bunkergearcleaners.corn Ph 718-309-5025 Address 780 _ East .1.34th Street Bronx; NY 10454 Item # Line Item Notes Unit Price Qty!Unit Attch. Does FB-0066401.01 Cleaning and Repair of Bunker Gear Supplier Total $0.00 2/6/2018 BidSync p. 3 Miami -Dade County FB-00664 Minerva Bunker Soar Cleaner Item: Cleaning and Repair of Bunker Gear 4-147. MDFRReference List MBGC LLC.pdf MDFR_Cover Letter FB-00664_Signed.pdf MBGC LLC Business Tax Receipt 2017 18 Cert,pdf 2017 LION CLeaning Certificate.pdf 2017 LION Helmet 'Certificate pdf 2017 LION Inspection Certificate.pdf 2017 LION Repair Certificate pdf GLOBE Pass Certificate NFPA 2014.pdf MBGC LLC :lntertek Verified '2017_pdf MBGC FL In -Process Letter.pdf MDRF FB 00664 Price List Submittal pddf 2/6/2018 BidSync p. 4 Miami -Dade County FB-00664 Replace Section 4, Pricing Section with the attached. SECTION 4 Pricing Reference Section 2, Paragraph 2.3A Bidder Requirements Requirements Included with Bid Section 2, Paragraph 2.3B Section 2, Paragraph 2.3C Bidder shall submit with its bid proposal form a copy of letter or certificate documenting the stated requirement by an independent third party including lntertek, Underwriters Laboratories, etc. Attach certificate/letter that your firm is authorized by Globe Manufacturing Company and Lion Manufacturing. Reference 1 Company Name Broward County Fire Rescue Telephone Number 954-327-8715 Email Address Vincent_Cinque@sheriff.org Point of Contact Chief Vincent Cinque Letter/Certificate submitted: See attached Globe See attached Lion See attached Reference 2 Company Name Brevard Fire Rescue Telephone Number 321-433-4491 Email Address RhondaRoberts@brevardcounty.us Point of Contact Rhonda Roberts Reference 3 Company Name Miami Fire Rescue Telephone Number 305-416-5452 Email Address rmiranda@miamigov.com Point of Contact Captain Roger Miranda 2/6/2018 BidSync solicitation Addendum / Revised 2/28/14 p. 5 DPM VENDOR REFERENCES CONTRACT NUMBER: FB-00664 BID TITLE: REFERENCE FOR VENDOR/COMPANY NAME: PROCUREMENT CONTRACT OFFICER: Cleaning and Repair of Bunker Gear MBGC, LLC. d/b/a Minerva Bunker Gear Cleaners Abelin Rodriguez PREPARED BY: PHONE NUMBER: (305) 375 - 4744 FAX NUMBER: (305) 375 - 4407 COMP DATE: Feb. 16, 2018 COMP/ lE 'N,U IVIBE CONT FT re' jam' Fire Rescue' itreet lam , FL 33 DDRESS eputyOfLogis• tics aptan David ut 1. How long have you been a customer of the company? (Length of relationship in years) Response: --8 years 2. What types of services has the company provided to you? (List types of commodities or services received) Response: --General Cleaning, Inspection and Repair; BioHazard Cleaning; Decontamination; Bi-Annual Cancer Initiative Inspection and Cleaning; Manufacturer Warranty; Alterations (when needed); Vendor for Bunker Gear Wash (Station Level) 3. What do you feel is the most positive aspect of the company? Response: --The communication in our partnership 4. What do you feel is the area of this company that needs the most improvement? Response: --NA 5. When problems occur, does the company responsiveness in a timely manner? Response: Slow / Fair / Excellent —Yes, they do (Excellent). 6. Would you use this company again? Response: --Yes Yes / No 7. What recommendation rating would you give this company? Response: Low / Medium / High --High COMMENTS: --We're always looking to improve or update our program and they work with us to achieve our goals. They are also a good resource and SME's that make themselves available. Created: 08/25/11 DPM VENDOR REFERENCES CONTRACT NUMBER: FB-006.64 BID TITLE.:Cleaning and Repair of Bunker Gear REFERENCE FOR.VENDOR/COMPANY NAME MBGC, LLC, d/b/a Minerva Bunker Gear Cleaners PROCUREMENT CONTRACT OFFICERIAbeiiri Rodriguez PREPARED BY:1 .PHONE NUMBER:: (305) 375 - 4744FAX. NTTMBER: (305) .37.5 4407 DATE: Feb 16, 2018 P B E fR eras( evar count . How long have you been a customer of the company? (Length of relationship in years) Response:.6 years 2: What types of services has the company provided to you? .(List types of commodities or services received) Response: Bunker gear cleaning and repair 3. What do you feel is the most positive aspect of the company? Response: Thequality of their work. 4. What do youfeel is the area of this company that needs th:e most improvement? Response: There was a recent change in delivery service from UPS to Fed Ex and it has delayed the shipping times. 5. When problems- ccur, does the company responsiveness in a timely manner? Slow / Fair (Excel! 6. Would you use this company again? Response: I Yes,/ No 7. What recomme dot ion rating would you give this company? l,ow / Medium /(High A_1 Response: Response: COMMENTS: I have had a great working relationship with Minerva for 6 years. Any issues I have had, which were not many, have been addressed in a timeley manner. Bo and Olga are easy to reach and are willing to listen to my concerns. The quality of work was the draw to the company in the first place, and that; and the people, have kept us coming back. SIGNATURE: U.)\ ,,{{EE DATE:a?0at,K Created: 08/25/1 1 PPM VENDOR REFERENCES CONTRACT NUMBER: FB-00664 .BID TITLE:' Cleaning arid Repair of Bunker Gear REFERENCE FOR VENDOR/COMPANY NAME: MBGC, LLC.. d/b/a Minerva Bunker Gear Cleaners PROCUREMENT CONTRACT OFFICER: Abelin Rodriguez PREPARED BY: PHONE NUMBER: (305) 375 - 4744 FAX NUMBER: (305) 375 - 4407 DATE: March 9, 2018. COMPANY NAME: Palm Bay Fire Rescue COMPANY ADDRESS:: 899 Carlye-Ave.SE PHONE NUMBEr: 321) 953-8929 CONTACTPERSON: Joy Barnett EMAIL ADDRESS: Joy.Barnett@paimbayflorida.org . How long have you been a customer of the company? (Length of relationship in years) Response: Wehave used the Miami location for•6 years, but have used Minerva (New•York) since 2010 2. What types of services has the company provided to you? (List types of commodities or services received) Response: Advance Clean, Advance Inspection, Repairs, Alterations, Create Name Plaques, and manufacture repel bags 3. What do you feel is the most positive aspect of the company? Response:High regard for the safety of Firefighters and customer service. Excellent turn around time /L What do you feel is the area of this company that needs the most improvement? Response: We have only run into minor occasional billing issues, that were corrected immediately 5. When problems occur, .does the company responsiveness in a timely mariner? Response Slow / Fair / Excellent 6. Would you use this company•again? Response: 7. What recommjatjQn ratingwould you give this company? Low / Medium Response: COMMENTS: Excellent work, Great customer service St GNATURE: Created: 08/25/.11 DPM VENDOR REFERENCES SIGNATURE: DATE: February 23, 2018 Created: 08/25/11 Miami -Dade County FB-00664 TURN -OUT GEAR CLEANING, INSPECTION, REPAIR DECONTAMINATION AND TRACKING ITEM EST. ANNUAL USAGE DESCRIPTION Complete Set — Coat & Pants/includin' shells & liners UNIT PRICE 1 1,500 sets Advanced Cleaning - Complete Set $o.00 2 50 sets Biohazard Decontamination Cleaning - Complete Set $13.50 3 10 sets Heav Soil/Removal Cleaning - Corn.lete Set $15.50 4 1,500 ea. Advanced Cleaning Hood $ 3.80 5 5 ea. Advanced Cleaning Coat $ .g 6 5 ea, Advanced Cleaning Pant $ 7 5 Bair Advanced Cleaning Fire Gloves $ 5.50 8 5 .air Advanced Cleaning Rubber Boots $ 23.00 9 5 .air Advanced Cleaning Leather Boots $ 23.00 10 5 ea. Advanced Cleaning Helmets $23.00 11 5 ea. Advanced Cleaning Belt $1.75 12 40 ea. Coat Shell Repair Collar $ 2.00 13 435 ea. Coat Shell Repair Flashlight Straa wlVefcro & Snag $1.00 14 5 ea. Coat Shell Reg lace Hanging Hook $ 6.00 15 60 ea. Coat Shell Install Rescue Harness $ 0.00 16 10 ea. Coat Shell Replace MiciTool holder Hook/Drag/Loop $10.50 17 75 ea.. Coat Shell Repair Shoulder Pad $ 0.00 18 5 ea. Coat Shell Replace Storm Flag-D-Ring $2.00 2/6/2018 BidSync nr4dondnm) R(,VIFP.i1 917R114 p. 15 Miami -Dade County FB-00664 ITEM EST. ANNUAL USAGE DESCRIPTION UNIT PRICE Coat Shell Replace Storm Flap -Hook or Loop $14.50 19 420 ea. 20 30 ea. Coat Shell Replace Storm Flap -Zipper $ 34.50 21 5 ea. Coat Shell Replace Take-up Strap $5..000 22 5 ea_ Coat Shell Replace Take-up Strap Buckle $2,00 Coat Shell Replace Throat Closure -- Entire (Hook or 23 5 ea. Loop) $ 11.25 Coat Shell Replace Name Patch - Blank Attached 24 5 ea. wlHook & Loop _ $23,00 25 5 ea. Coat Shell Replace Name Patch - Blank Sewn On $13.50 26 5 ea. Coat Shell Replace Reflective Letter on Name Patch $5.50 . 27 5 ea. Coat Shell Replace Reflective Letter on Shell $.5.50 28 5 ea. Coat Shell Replace Pocket - Bellows (Full) $48.00 29 25 ea. Coat Shell Replace Pocket - Bellows (Semi) $2.000 30 20 ea. Coat Shell Re lace Pocket - Hand Warmer $2.00 31 10 ea. Coat Shell Replace Pocket - Radio $28.00 32 5 ea. Coat Shell Replace Entire Sleeve $57.00 33 10 ea. Coat Shell Replace Cuff $ 21.00 34 20 ea. Coat Shell Replace Cuff wfl--look and Loop & Snap $ 2.00 35 30 ea. Coat Shell Replace Elbow Pad - 2Piece w/Seam $ 0.00 36 30 ea. Coat Shell Replace Elbow Pad External $ 0,.00 37 30 ea. Coat Shell Replace Elbow Pad Sewn In $3.00 2/6/2018 BidSync Soliaita4on Addendum / Revised 2/28/14 p. 16 Miami -Dade County FB-00664 EST. ANNUAL UNIT ITEM USAGE DESCRIPTION PRICE 38 20 ea. Coat Shell Replace Water well Onl $5.00 39 5 ea. Coat Shell Replace Water well w/Wristlet $ 5.00 40 20 ea. Coat Shell Replace Wristlet Only $24.00 41 10 ea. Coat Shell Refl. Trim -Remove & Replace Hardware $1.00 42 10 ea. Coat Shell Refl. Trim -Remove & Replace Pocket $11.00 43 30 ea. Coat Shell Attach Reflective Fla $7.00 Coat Shell Replace Refl. Trim -one Band on Coat 44 10 ea. (Pleated Back) $7.00 Coat Shell Replace Refl. Trim -one Band on Goat 45 180 ea. Standard $ 42.00 46 25 ea. Coat Shell Replace Refl. Trim -Vertical Band $27.00 47 270 ea. Coat Shell Replace Refl. Trim -Over Pocket $24.00 48 180 ea. Coat Shell Replace Refl. Trim -Under Pocket $13.50 49 170 ea. Coat Shell Replace Refl. Trim -Over Storm Flap $6.00 50 5 ea. Coat Liner Replace Hook or Loop on Collar $14.00 51 10 ea. Coat Liner Re lace Zi per $ 52 5 ea. Coat Liner Heat Seal Water well in Sleeve $ too _ 53 5 ea. Coat Liner Re lace Hook or Loo on Cuff $10.00 54 5 ea. Coat Liner Re lace Water well Only $ 3 Q0 55 5 ea. Coat Liner Re lace Water well w/Wristlet $ 3 56 25 ea. Coat Liner Re lace Wristlet Onl $ 22.00 57 20 ea. Pant Shell Replace FI -D-Rin $ 2.00 2/6/2018 BidSync Solicitation Addendum / Revised 2/28/14 p. 17 Miami -Dade County FB-00664 ITEM EST. ANNUAL USAGE DESCRIPTION UNIT PRICE 58 600 ea. Pant Shell Replace Fly Hook or Loop $12.00 59 5 ea. Pant Shell Replace Fly - Zipper Stop or Tab $ 1.00 60 120 ea. Pant Shell Replace Suspender Button $ 0.00 61 20 ea. Pant Shell Attached Boot Access Panel w/Zipper $10.00 62 100 ea. Pant Shell Replace Cuff $17.00 63 220 ea. Pant Shell Re lace Knee Pad External $1.00 64 5 ea, Pant Shell Replace Knee Pad Padded $1.00 65 20 ea. Pant Shell Replace Knee Pad Sewn In $ 66 5 ea. Pant Shell Replace Knee Steam Channel - Make Complete $ 0.00 67 10 ea. Pant Shell Re lace Knee Pad FI - Hook $ 2.00 68 5 ea. Pant Shell Replace Pocket - Bellow (Semi) 0 69 350 ea. Pant Shell Replace Reflective Trim - One Band on Leg $27j5 70 25 ea. Pant Shell Replace Reflective Trim - Vertical Band $26.00 71 10 ea. Pant Shell Replace Zipper $23.00 72 25 ea. Replace Misc. Hole or Tear Large $14.00 73 160 ea. Replace Misc. Hole or Tear. Up to 3x3 $14.00 74 2220 ea. Replace Misc. Hook or Loop up to 12 inches $ 9.00 75 4015 ea. Replace Misc. Hole or Loop up to 2x2 $4.75 76 15 ea. Misc. Sewing - Repair Pocket (per 15 min.) $15.00 77 130 ea. Replace Small Hardware (Rivets, Snaps, Grommet) $ 4.00 2/6/2018 BidSync Solicitation Addendum 1 Revised 2/28/14 p. 18 Miami -Dade County FB-00664 ITEM EST. ANNUAL USAGE DESCRIPTION UNIT PRICE 78 20 ea, Replace Pocket Flat Only $ 2.00 79 15 ea. Replace Pocket - Neoprene Liner Only $ too 80 5 ea. Replace Pocket - Reinforcement $ 3.00 81 20 ea. Replace Snap wl Liner Attachment Strap in Sleeve! Leg $ 4.00 82 5 ea. Replace Binding - per 12 inches $4.00 83 435 ea. Heat seal - per 12 inches $ 9.00 84 130 ea. Suspender Button $ 4.00 85 1 job After Hours Emergency Services call (Per Section 2.0 paragraph 2,11) — Flat fee based on any request outside of normal business hours $ 375.00 86 12 ea. Monthly charge for vendor managed inventory service. $4,250.00 2/6/2018 BidSync Solicitation Addendum 1 Revised 2128/14 p. 19 Miami -Dade County FB-00664 MIA Submitta Form Solicitation No.FB-00664 Solicitation Title: Cleaning and repair of bunker gear Legal Company Name (include dlbia if applicable): MBGC, LLC* Federal Tax Identification Number; 80.0680015* If Corporation - Date Incorporated/Organized: 02101/2011 State Incorporated/Organized: Florida Company Operating Address: 3795 NW 38'Street* City Miami* State FL* Zip Code 33142* Miami -Dade County Address (if applicable): 3795 NW 38 Street City Miami State FL Zip Code 33142 Company Contact Person: Joseph Xiras * Email Address: joe@jaunkerrgearcleaners.com* Phone Number Include area code): 305-851-8281 Company's Internet Web Address: www.bunkergearcleaners.com Pursuant to Miami -Dade County Ordinance 94-34, any Individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this Information prior to entering into a contract with or receiving funding from the County. D Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a County that has a valid Local Business Tax Receipt issued by Miami -Dade address located within the limits of Miami -Dade County from which business three full time employees for the continuous period of one year prior to bid Enterprise, the local business location must have served as the place of development of the community in a verifiable and measurable way, This may opportunities and the support and increase to the County's tax base. for Local Preference. Failure to complete this certification at ineligible for Local Preference. "local business" is a business located within the limits of Miami -Dade County at least one year prior to bid submission; has a physical business is performed and which served as the place of employment for at least submittal (by exception, if the business is a certified Small Business employment for one full time employee); and contributes to the economic include, but not be limited to, the retention and expansion of employment D Place a check mark here only if affirming the Bidder meets the requirements this time (by checking the box above) may render the vendor I OCA! 1 Y-HFAf10IIARTFRFD RIIRINFSR CFRTIFICA TON' For the purpose of this certification, and pursuant to Section 2-8,5 of the Code of whose "principal place of business* is in Miami -Dade County. requirements for the Locally -Headquartered Preference (LHP). the box) may render the vendor ineligible for the LHP. Miami -Dade County, a "locally -headquartered business" is a Local Business 21 Place a check mark here only if affirming the Bidder meets Failure to complete this certification at this time (by checking The address of the Locally -Headquartered office is: 3795 NW 38 Street, Miami, FL 33142_ LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATI N: A Local Certified Veteran Business Enterprise is a firm that is (a) a is certified by the State of Florida Statutes. A copy of the certification local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida D Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. must be submitted with the bid. .SMAJ ! RIJSINFSR FNTFRPRISE CONTRACT MFA SLJRF,S (If Applinahtp) and/or services the Bidder provides in A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods 2/6/2018 BidSync p. 22 Miami -Dade County FB-00664 accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http:llwww.miamidade.govlsmallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes ■ No CI If yes, please provide Certification Number: SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITHACTIV/TIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder is not on the Scrutinized Companies with Activities in Energy Sector List, as those terms are used and defined in sections 287.135 to provide such certification but still seeks to be considered for award of this a duly authorized representative and shall also initial this space: in such event, written explanation of the facts supporting any exception to the requirement for The Bidder agrees to cooperate fully with the County in any investigation would be applicable. The County shall have the right to terminate any contract a false certification or to have been placed on the Scrutinized Companies for Iran Petroleum Energy Sector List. By executing this bid through a duly authorized representative, the Bidder Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum and 215.473 of the Florida Statutes. In the event that the Bidder is unable solicitation, the Bidder shall execute the bid response package through the Bidder shall furnish together with its bid response a duly executed certification that it claims under Section 287.135 of the Florida Statutes. undertaken by the County to determine whether the claimed exception resulting from this solicitation for default if the Bidder is found to have submitted Activities in Sudan List or the Scrutinized Companies with Activities in the IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286,011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Sid pursuant to this Solicit idder agrees that all such matgrials may b considered to _be public records The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret. proprietary or confidential. submitted contains confidential, proprietary or trade secret information, the that the Bid, or any part thereof no matter how indicated, is confidential, information to the public for any reason. In the event that the Bid contains a claim that all or a portion of the Bid Bidder, by signing below, knowingly and expressly waives all claims made proprietary or a trade secret and authorizes the County to release such Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Joseph Aires* Date 01/1712018* Type or Print Name Joseph Xiras* Type or Print Title* Managing Member THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Joseph Arras* Date 01/17/2018* Type or Print Name Joseph Arras* 2/6/2018 BidSync p• 23 Miami -Dade County FB-00664 Type or Print Title * Managing Member 2/6/201 S BidSync p. 24 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the flan, its directors, partners, principals and/or board members based on a breach of contract by the flrm; include the oase name, number and disposition; (2) Provide a list of any instances In the Live (5) years prior to bid or proposal submittal where the firm has defaulted; Include a brief description of the circumstances; Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miarni-Dade County or not. Ali of the above information shall be and submitted to the Coordinator overseeing this solicitation attached eche Vdorl ontra for attests atotProcurement provviding all a the aboveinforalton, Contracting pplicable to the P)f At Selection Cp. (3) Contract No, Contract Title; Fg~do'Y Federal Employer Identification Number (FEIN): ?o0r,8o0/5! C L eA-o i NJ5 R` s c- rD on V e-- C -eA-f JQ5e-(01'N gA-.5 ads Printed Name of Afilant Printed Title of Aftlant till r —a, LCC Name of Firm 15.- MA-1 3 s)' S k Address of Firm 'State Notary Public Information Notary Public-- State of N[e L( 3 County of �= j Signature of Attiant �—IG —/8 Date 3 3 /vim Zip code Subscribed and sworn to (or affirmed) before me this 1 C day of, Lf' bd-" 4-1 20 1 by _IC) i Vi (C7z- 6-- 'she is personally known tome M or bas produced Identification Type of identification produced j z- Print or Stamp of Notary Public E>(ppfratiion Dale Serial Number ex-ri :_D— '7 '{e lU - 4 York Notary Pu uc'� No. 01GO6213214 Qaulifed iw Queens County Commilsion Expires !// v 2/2014 Miami -Dade County FB-00664 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. MBGC, LLC will not utilize any sub contractors for this contract NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Joseph Xiras 01/17/2018 Signature Date 2/6/201 B BidSync p. 26 Firm Name of Prime Contractor/Respondent itigC, LZ C' Project/Contract Number f'i ._ O06/ FEIN # In accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all bidders/respondents on County contracts for purchase supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all bidders/respondents on County or Public Health Trust construction contracts involve expenditures of $100,000 or more. The bidder/respondent who is awarded this bid/contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the work to be performed or materials to be supplied from those identified, except upon written approval of the County. The bidder/respondent should enter the word "NONE" under the appropriate heading this form if no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers. event that the successful bidder demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the successful bidder shall be obligated of which contract of In the to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract. (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Principal Owner (Enter the number of male and female owners by race/ethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by racelethnicity) Gender Race/Ethnicity Gender RacelEthnicity M F w h e B a k H i a n i c Asi a P a c i I 1 a d e r Natty A m eri ati ve AI as ka n other M F W i e B a k H l P n i c A s i n / P a c f c s l n d r r Nati V e A m e r a N a ti v e A I s s k a n 0 h r Business Name and Address of First Tier Direct Supplier Principal Owner Supplies/Materials) Services to be Provided by Principal Owner (Enter the number of ma e and female owners by race/ethnicity) Employee(s) (Enter the number of male and female employees and the number of employees by race/ethnicity) Gender Race/Ethnicity Gender I Race/Ethnicity Supplier M F W h i t e S 1 a c k H i s P a n i c Asi a a c i f i c 1 1 n d e r Nativ e A m eri as n! N ati Ve Al as ka n Other M F W h i t e B 1 a c k H $ P a n i c A s i P a c i f i c s a n d e r Nati v e A m e r c a n f N a ti v e A 1 a s k a n 0 t h e r P-4- ( C'_ r,i' f-.4-eg R-relsxr,,,.„ [1 _,,,10,-- fir oN `7 ag ll C / p cC-/57 I" •-46 t'/J--r15/S`'Pta/r f `Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to Contractingluser department or on-line to Sma Business Development Division of the Department of Regulatory and Economic Resources Department at http.1/new.miamidade,gov/business(business-develOprnent.asp. I ce t the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Sig re of Bid ' er/Respondent Print Name Print Title Date LIB 100 Rev. 6/12 COLLUSION AFFIDAVIT (Code of Miami -Dade County Section 2-8.1.1 and 10-33.1) (Ordinance No. 08-113) BEFORE ME, A NOTARY PUBLIC, personally appeared , 05cP h 'Irca who being duly sworn states: (insert name of afl=iant) 1 am over 18 years of age, have personal knowledge of the facts stated in this affidavit and 1 am an owner, officer, director, principal shareholder and/or I am otherwise authorized to bind the bidder of this contract I state that the bidder of this contract is not related to any of the other parties bidding in the competitive solicitation, and that the contractor's proposal is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and that the contractor has not, directly or indirectly, induced or solicited any other proposer to put in a sham proposal, or any other person, firm, or corporation to refrain from proposing, and that the proposer has not in any manner sought by collusion to secure to the proposer an advantage over any other proposer. OR ❑ is related to the following parties who bid in the solicitation which are identified and listed below: Note: Any person or entity that fails to submit this executed affidavit shall be ineligible for contract award. In the event a recommended contractor identifies related parties in the competitive solicitation its bid shall be presumed to be collusive and the recommended contractor shall be ineligible for award unless that presumption is rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties shall mean bidders or proposers or the principals, corporate officers, and managers thereof which have a direct or indirect ownership interest in another bidder or proposer for the same agreement or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same agreement. Bids or proposals found to be collusive shall be rejected. By: 20/? Signature of Affiant Date -3-05C'P fre5 e 1 O- O 1 61 u 1 O 1'01 i !J f Printed Name of Affiant and Title Federal Employer Identification Number MVC_ L.L - ne(V `Bing Ce Ct f-..5 Printed Name of Firm 3-iciSN'W385re-;Pic —' FL 3 ii-4-� Address of Flrm Collusion affidavit 12-Q8 identification. SUBSCRIBED AND SWORN TO (or affirmed) before me this t day of 1 s120 She is personally known to me or has presented as Type of identification J � 01G062132-1u- Signature of Notary Print or Stamp Name of Notary Notary Public —State of IBC VJ Y ( Serial Number (t /oZzi Expiration Date Notary Seal RrA D. GONrZAL Z — Notary Public State of New York ` jpdp No. 01GO6213214 Qaulifed in Queens County Commision Expires rI/,1/2✓ Collusion affidavit 12-08 Miami -Dade County FB-00664 MBGC LLC f Minerva Bunker Gear Cleaners 3795 NW 38 Street Miami, FL 33142 t. 305,851.8281 / f. 305.636.2676 / bunkergearclean rsacOm Nett York - North Caroli i - Florida - Ohio - Colorado 29, 2018 To Miami Dade Fire Rescue, We appreciate the opportunity to provide our response to Solieitatiori F:B-00664. Minerva Bunker Gear Cleaners is an NPPA 185.1 2014 edition 3rd party verified independent service provider (ISP) qualified. to provide advanced cleaning, advanced inspection, and all repairs to the fire industry. You may view our qualifications by viewing the Iutertek we-bsite. Utilizing our existing Miami °cation, we will continue to provide door-to-door pi k,up & delivery to Miami -Dade Fire Rescue (MDFR), Upon award we will be equipped with a generator as stipulated by section 3,8 of Solicitation #143-00664. We are recognized by all original equipment andcomponent manufacturers to provide warranty repair(s) on products they manufacture for the industry we serve. We will continue utilize or rr web based tracking system which has allowed MDFR. the ability to monitor the condition of your gear in real-time. Our software and service has also helped MDFR to achieve near 100% field participation for cleaning & care for assigned N.E. We willcontinue to assist MDFR with overall management of your inventory and PPE maintenance budget. We pride ourselves in offering superior service in helping to reduce the overall cancer footprint ire the fire service industry. We are active participants in NITA 1851 and FF cancer prevention seminas and tradesbows. We service hundreds ©f departments- nationwide from snnail volunteer departments to large r` etropolitan departments such as F.I .N; '„ We visit and interface with our customers to provide customized service and are committed to delivering the best service possible to meet: their unique needs. We welcome & look forward to continuing our relationship With set Rescue Sincerely, Joseph Xiras 2/6/2018 ing i Dade Fire BidSync p. 6 FB-00664 Miami -Dade County n al BusinessReceipt Miami —Dade County, State of Florida —THIS 1s NoT A hill —DO PIOT PAY 708.6073 -BUSINESS M E:ODA-11 N MINERVA 8UNKE:RGEAR CLEANERS 1:)a1 SE1.+ST HIALEAH'FL 33142 Tiffs Locoi,1 pototit,,otp arrsasiyoua Tire 2/6/2018 RENEWAL 1365984 SE t TYP1.l'at=',elJSINESS 211 SEf71d3CE BLtSiNESS Nut u Cctitsastat Host 1uoinos2 Tme 3Tsas1 1 only confirm% paymooi r tot, tucul 4#ut trrau Tot, The Efocofpt 14 out a licanso,. oiuficatlanaithoErnfdttrsquatifcatines,la.dobusfnasx Hafdo.ymillioatnptr oichhgYHoxurnntirttot ntottOtaltrc}luiatory to*4,04tf ruquttotoo tt ti kli h apply fa Etta hr sEfs IECEIPT N0 [sbtwa Invst.tie displayed nu ait pantdrorutni slaftiahas'. Ntianii-Dario Corte Stio Ftu27 3. For ntrtroIrliorrautfan,vfoiPan onuA o0Yt(nKUPllo trMo EXPIRES:. $81PTE.IVIRE01 0 Mw t i s rlis�t p€1 f gage eS is# 1z inr r POTattmt<is €3i.0 uriry re1a Cflopot:.pk.art _ 1 pA'YMENT Ft W D SY TAX COL CT014 S45 oo .07/.20/2017 FPPU1'1 17 i13025 8 P. 7 re Academ www.lionfireacademy.com CERTIFICATE OF ACHIEVEI Awarded to Bo Sanchez Minerva Bunker Gear Cleaners - Miarr For successfully completing Advanced Cleaning for Structural Turnout Gear p I Hour Continuing Education Credit Issued on December 28, 2017 21 ire Academ www.lionfireacademy.com CERTIFICATE OF ACHIEVEI Awarded to Bo Sanchez Minerva Bunker Gear Cleaners - Miarn For successfully completing Advanced Inspection on Structural Helmets pei 1 Hour Continuing Education Credit Issued on December 28, 2017 2 ire Academ www.lionfireacademy.com CERTIFICATE OF ACHIEVEI Awarded to Bo Sanchez Minerva Bunker Gear Cleaners - Mia►r For successfully completing Advanced Inspection on Structural Turnouts pe 1.5 Hours Continuing Education Credit Issued on December 28, 2017 ire Academ www.lionfireacademy.com CERTIFICATE OF ACHUEVEI Awarded to Bo Sanchez Minerva Bunker Gear Cleaners - Miarr For successfully completing Basic Repairs on Structural Turnouts per NF 1 Hour Continuing Education Credit Issued on December 28, 2017 21 L16izu I RTIFICATE OF COMPLETII AWA . ED TO CCESS'I CERTIFICATE ISSUED DEC 29, 2017 biaaync Applicant Name & Address Advanced inspection:; Advanced Cleaning Repair Category Tested Sample(s) Receive Date • FB-00664 MBGC LLC dlblaMinerva Bunker Gear Gleaners 3795 NW 38 Street Miami, FL 33142 -' Verified Verified Outer Shell Thermal. Liner WL Gore Crosstech 2 Layer Type 2C Moisture Barrier WL Gore Black Crosstech Type 2F Moisture Barrier WL Gore RT7100 Type 3D Moisture Barrier Stedfast Stedair 4000 Moisture Barrier 8110/16'- 2/3/17 Relevant Standard(s)ISpecification(s) Verification Address Date of Test(s) NFPA 1861'Standard on Selection, Care, and Maintenance of Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting 2014 Edition Chapter 11 ntertek 3933 US Route 11 Cortland, NY 13045 8116/16 — 2/7/17 Inspection Date(s) Verification/Report Number(s) G102687875CRT-001 On the basis of the tests undertaken, the sample(s) of the above product have been found to comply with the essential requirements of the referenced specifications at the time the tests were carried out. rat, Date : 2/27/17 Pam Kavalesky PPE Engineer NOTE : This verification is part -of the full test:report(s) and should be read in conjunction with it This Verification.isfor the exclusive use of lntertek's Client and is provided pursuant to the agreement between €ntertek and Its Client, Iniertek's responsibility and liability are limited to the terms and Conditions of the agreement. Intetek assumes no liability to any party, other than to the Client in accordance with the agreement, for any loss, expense or damage occasioned by the use of this Verification. This Verification is valid only for the Client location at the physical address identified above and is not applicable for arty mobile unit(s) or address(es)not listed. Only the Client is authorized to permit copying or distribution of this Verification. Any use of thelntertek name or one of its marks for the sale or advertisement of the tested material,product or service must first be approved in writing by Interlek The observations and testlinspection results in referenced from this Verification are relevant only to the sample testedfinspected, This Verification by itself does not imply that the material, product, or service is or has ever been underan Intertek certification program. 2/6/2018 BidSync p. 13 untertek Total Quality. Assured. 5 January 2018 To whom it may concern, Miami -Dade County FB-00664 intertek Tel +1 607-758-6242 3933 US Route 11 Mobile +1 607-345-2450 Cortland, NY 13045 Ann.overbaugh@intertek.com Intertek.com This is to confirm that MBGC LLC, located at 3795 NW 38th St., Miami, FL is in process with Intertek for annual NFPA 1851 Verification. If you have any questions, please do not hesitate to contact me at 607-758-6242. Best Regards, Ann Overbaugh Program Coordinator Performance Group Intertek 3933 US Rte. 11 Cortland, NY 13045 Pre -Award Vendor Compliance Check List Vendor Name: MBGC LLC Fictitious Name: MINERVA BUNKER GEAR CLEANERS FEIN: 800680015 - 01 Contract No.: FB-00664 is Vendor's Application Current? Check/Print Screen 9512 to confirm the Vendors Registration status Yes l] No ■ Check/Print Screen 9520 Vendor DBA status Yes I] No ❑ Check/Print Screen 9530 for Vendor Mail Code Status No ❑ Yes • State of Florida Corporations (Sun Biz) No ❑ Yes 0 Comments: Does Vendor appear on the following: U.S. Department ofiustice Yes No 0 Comments: SBD Certified Firms No Li Yes ■ Comments: History of Violations (SBD) Yes No 1 Comments: Florida Convicted Vendor List Yes ❑ No 0 Comments: Debarred Contractors No l] Yes ■ Comments: Delinquet Contractor Yes ❑ No LI Comments: Goal Deficit Make -Up Report Yes ■ No IS Comments: Suspended Contractors Yes ❑ No • Comments: Florida Suspended Contractors No 0 Yes ■ Comments: Scrutinized Companies Yes ID No 1 Comments: System for Award Management (SAM) http://www.sam.gov Yes 0 No • Non Performance History (BTS) http://intra3.miamidade.gov/eProcurement egisteredVendorList.aspx Yes ❑ No 0 Date: 02/21/2018 _... Verified by: Lindan Li f— FAML9512 V5.1 MIAMI-DADE COUNTY 5.1 ONLINE FAMIS SYSTEM LINK TO: VENDOR APPLICATION INFORMATION VENDOR NO : 800680015 - MBGC LLC VENDOR FED TAX/SSN: DPM REGISTER : A ACTIVE STREET ADDRESS : 3795 NW 38 STREET CITY : VENDOR APP BUSINESS TAX STATE CORP DISCLOSURE I DISCLOSURE II CUBA AFFIDAVIT HOLD LIFTED NAME/FEIN ACT W-9 FORM COMMENTS MIAMI IND 2018 Y 02/20/2013 Y 11/11/2017 Y 02/20/2013 Y 02/20/2013 Y 02/20/2013 Z N/A Z N/A Y 02/20/2013 CHANGED ER GEAR F1-HELP F2-SELECT G014 - RECORD FOUND 02/21/2018 4:00 PM SUFFIX : 01 STATE : FL ZIP : 33142 IND 2019. IND 2020 PRE --QUALIFIED DATE EXPIRATION DATE TYPE OF ORGANIZATION : 0 CURRENTLY IN BUSINESS : Y LAST UPDATED BY USER : ROLL2018 LAST UPDATE DATE : 11/11/2017 PREVIOUS FED ID DEPT REG/CERT PROCESS : FROM BROADWAY MINERVA CLEANERS, LLC DBA MINERVA BONK CLEANERS 592395016 SX-01. F9-LINK F4-PRIOR F5-NEXT VEN FAML9520 V5.1 LINK TO: VENDOR NUMBER VENDOR SUFFIX ALTERNATE NAME DBA NAME MIAMI-DADE COUNTY 5.1 ONLINE FAMIS SYSTEM VENDOR DETAIL - ADDRESSES 800680015 MBGC LLC J 01 MINERVA BUNKER GEAR CLEANERS� / MINERVA BUNKER GEAR CLEANERS V HEADER STATUS : A ACTIVE DETAIL STATUS : A ACTIVE DTL STATUS DATE : 02/20/2013 DPM RGSTR : A ACTIVE DISCOUNT TERMS . EXPEDITOR CODE DISBURSE TYPE : 1 ALT VENDOR START DATE F1-HELP F2-SELECT E7-MAIL CODE G014 - RECORD FOUND EXPIRATION DATE : F9-LINK PAYMENT VENDOR: PAY IND: CREATE DATE CREATED BY UPDATE DATE UPDATED BY LAST PO DATE LAST BID DATE : SINGLE CHECK NOTE : Y 02/21/2018 4:00 PM Y R 02/20/2013 SLAM 10/10/2017 10/10/2017 F4-PRIOR F5-NEXT F6-HEADER F11-MORE FAML9530 V5.1 LINK TO: VENDOR NUMBER: VENDOR SUFFIX: MAIL CODE HEADER STATUS: ATTN LINE 1 ATTN LINE 2 ATTN LINE 3 STREET CITY COUNTRY REGION COUNTY CONTACT NAME : E-MAIL PHONE FAX TOLLFREE Fl-HELP F7-DETAIL G014 - RECORD FOUND MIAMI-DADE COUNTY 5.1 ONLINE FAMIS SYSTEM VENDOR MAIL CODE 800680015 MBGC LLC 01 PO PURCHASE ORDER A DETAIL STATUS: A DPM REGISTER: A 3795 NW 38 STREET MIAMI US UNITED STATES JOSEPH XIROS MBGC@BUNKERGEARCLEANERS.COM 917 687--3211 718 728-7408 888 928-6537 CREATE DATE: CREATED BY : UPDATE DATE: UPDATED BY : STATE: FL ZIP: 33142 LAST BID LAST PO : 10/10/2017 FED TAX/SSN: ********* FED TAX IND: * F2-SELECT F4-PRIOR F9-LINK 02/06/2018 10:12 AM 02/20/2013 GASPARD 02/20/2013 GASPARD F5-NEXT F6-HEADER Detail by FEIIEIN Number Page 1 of 2 Florida Department of State €ui`fir ci?;a :=+!l 'OTiiiif'li-FP3,r",� Department of State / Div38100 of Corporations / Search Records / Detail fly Document Number / DIVISION OF CORPORATIONS Detail by FEUEIN Number Florida Limited Liability Company MBGC, LLC Filinq Information Document Number L11000011932 FEI/EIN Number 80-0680015 Date Filed 01/28/2011 Effective Date 02/01/2011 State FL Status ACTIVE Principal Address 3795 NW 38 Street Miami, FL 33142 Changed: 02/13/2017 Mailing Address 780 East 134 Street Bronx, NY 10454 Changed: 11/03/2016 Registered Agent Name & Address XIRAS, JOSEPH 3795 NW 38 STREET ..:............... ... MIAMI, FL 33142 Name Changed: 04/24/2013 Address Changed: 04/24/2013 Authorized Person(s) Detail Name & Address Title MGRM XIRAS, JOSEPH X 154-06 19TH AVE. WHITESTONE, NY 11357 Annual Reports Report Year Filed Date http ://search. sunbiz. org/Inquiry/CorporationSearchlS earchResultDetail?inquirytype=FeiN... 02/21 /2 018 Detail by FEI/EIN Number Page 2 of 2 2016 02/14/2016 2017 02/13/2017 2018 01/14/2018 Documenttmaues 01/1412018 —ANNUAL REPORT 02/131201... ..:_.AN I JAL REPORT 11f03/2016 -- AMENDED ANNUAL REPORT 02/14/2016 -- ANNUAL REPORT 01f0712015 — ANNUAL REPORT 01/08/20 i4 -- ANNUAL REPORT 0611112013-- ANNUAL REPQRT 03/21/2013 — Req. Anent Resignation 04/25/2012 -- ANNUAI REPORT 01/28/2011 -- Florida Limited Liabi// v View image in PDF forniaf View image in PDF format View image in PDF formai View image a1 PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format Rc: i;Fa Depar rn- n! of SEa!'a. C[•:E::iar: of Cerra r,:[ntm http: //search. sunbiz. org/Inquiry/CorporationSearch/SearchResuliDetail?inquirytype—FeiN... 02/21/2018 DEPART i1 NT ' IC www.justtce gov anly : aa4i1 DOJ -Saes ch a DOJ sit 'MBGC LLC Sorry, no results found for "MBGC LLC "'. Try entering fewer or breeder query terms. Please also consider searching the Archive section of the Department website. pnrtmert of iu'S ke Archive Horne About Agencies Resources News Careers" Contact: Archive Accessibrhty FOIA ; No FEAR Act Informataon Quality Privacy Policy Legai Policies & Cilsc airners Soc€al Media Plain GVntring USA gov . BustnessUSA FIRM NAME Small Business Development Certified Firms as of November 13, 2017 PRONE CONTACT ADDRESS FAX CERT NO. EXP. DATE CERTIFIED BUSINESS ENTERPRISE TRADE CATEGORIES MAYTIN ENGINEERING CORP. 10/01/2002 ROLANDO'MAYTIN 13900 NW 112th Ave 305-827-4545 10170 I3ialeah Gardens, FL'33018 305-827-4547 0000 96816 96818 Back FIow Preventer Testing Services 96819 Bridge Reconstruction/Rehabilitation 96820 Building Construction 96828 Curb And Gutter Construction 96832 Demolition 96834 Dredging Services 96842 General Construction 96843 Golf Course Construction, Maintenance And Repair 96847 Inspection Services, Construction Type 96854 Major Streets - New Construction 96859 New Street Construction And Repair (Not Major Stre 96868 Sewer And Stone Drain Construction 988 Roadside, Grounds, Recreational And Parkarea Servi 98800 Roadside, Grounds, Recreational And Park Area Services 98815 Fence Installation, Maintenance And Repair 98832 Grading (Of Parking Lots, Etc. - Not Road Building) 98863 Park Area Construction/Renovation 98868 Paving And Repair Of Parking Lots (Not Including 98886 Tennis And Sports Court Repair And Renovation 02/28/2018 SBE'CONS LEVEL; 2 236115 New Single-FamilyHousing Construction (Except Operative Builders) 236116 New Multifamily Housing Construction (Except' Operative Builders) 236117 New Housing Operative' Builders 236118 Residential Rernodelers , 236210 Ineustnal Building Construction 236220 ,Commercial" And Institutional Building Construction 237110 Water And Sewer Line And Related Structures Construction * Firms that have timely submitted re -certification applications which are "Under Revieww'. are listed in red. Firms listed in red with "Under Review" designation in the Expiration Date column have not received final approva{. You may contact the firm or SBD for approval status. *Firms with "Under Review" designations may request an expedited certification review by submitting documentation relative to their participation on an upcoming project. Contact SBD (305-375-237S) for more information. NOV-13-2017 09:18:47 Page: 521. DBDR0050 v.20160307 FIRM NAME CONTACT ADDRESS Small Business Development Certified Firms as of November 13, 2017 PHONE FAX CERTIFIED BUSINESS ENTERPRISE CERT NO. EXP. DATE TRADE CATEGORIES MC DESIGNERS, INC. MIRIAM COLLADA -MYERS 3651 SW 139th Ct 305-225-5177 04/01/1994 Miami, FL 33175-6773 305-485.9163 10915 2,37990' Other Heavy Arid Civil Engineering Construction • 238110..Poured Concrete FoundationAnd Structure Contractors 238120, .Structural Steel .AndPrccast Concrete Contractors 238910 Site. Preparation:Contraciots DBE 23332, Commercial And Institutional Building Construction 23499 Ali Other Heavy Construction 23594 Wrecking'And 'Dernolitioa Contractors 236115 'New Single -Family Housing Construction (Except Operative Builders) 236116 New Multifamily Housing Constriction (Except Operative Builders) 236 L17 I�levirllousing Operative Builders 236118.Residential Rerrodelers 2362.10 ;Industrial Building Construction 236220Coimmcrcial And Institutional Building Construction 237110 Water And Sewer Line And Related • Structures Construction 237120 Oil And Gas Pipeline•And' Related Structures 'Construction.: 237130 Power And ContmunicationLine And Related .Structures Construction 237210, Land. Subdivision •• 237310 Highway, Street; And Bridge Construction .' 237990. Other"I-Ieavq And Civil Ebginecring .Construction 238110 Poured Concrete Foumdation And Structure Contractors 238120 St -central Steel A.nd Precast Concrete Contractors 238910 Site Preparation Contractors' 238990 All' Other Specialty Trade Contractors 04/30/2020 SBE/GS MICRO TIER 1 42004 Auditorium, Stadium, Team Seating Furniture And Portable Bleachers * Firms that have timely submitted re -certification applications which are "Under Review" are listed in red, Firms listed in red with "Under Review" designation in the Expiration Date column have not received final approval. You may contact the firm or SBD for approval status. *Firms with "Under Review" designations may request an expedited certification review by submitting documentation relative to their participation on an upcoming project. Contact SBD (305-375-2378) for more information. NOV-13-2017 09:18:47 Page: 822 DBOR0050 v.20160307 1,114.YI NAME CONTACT ADDRESS Small Business Development Certified Firms as of November 13, 2017 PHONE FAX CERT NO. EXP. DATE CERTIFIED BUSINESS ENTERPRISE TRADE CATEGORIES MILLIMETER ENGINEERING,LLC JORGE'GOi'ANES 8901.NW•177tiiTer 305-803-5553 1 140 07/03/2014 Hialeah; FL 33018-0000: . N/A Imple!Oper/Maint 100& Environ Eng-Pathogen And Contaminant Risk Analysis 1501 Surveying And Mapping -Land Surveying 1503 Underground Utility Location 1600 General Civil Engineering 1700 Engineering Construction Management 2000 Landscape Architecture 2100 Land -Use PIanning 541320 Landscape Architectural Services 541330 Engineering Services 541370 Surveying And Mapping (Except Geophysical) Services SBE/AE TIER 1600 General Civil Engineering 1700 Engineering Construction: Management 541330 Engineering Services 'SSE/GS" MICRO TIER 1 907 Miscellaneous Construction,Federal 90700 Architectural And Engineering Services Non - Professional 90740 'Engineering Services, Non -Licensed (Not • Otherwise Classified) 918 Consulting Services 91600 Consulting Services 91842 Engineering Consulting 925 Engineering Services, Professional 92500 .Engineering Services, Professional: 92517 Civil Engineering • 92536 Engineering Services (Not Otherwise Classified) 92537 Facilities Design Services;Engineering. 92538 Field Engineering 92544 General Construction` Management;:• Scheduling, Cost Estimation - Engineering ' 92555 Inspecting, General/Engineering 92556 Inspecting, Structural/Engineering '" Firms that have timely submitted re -certification applications which are "Under Review" are listed in red. Firms listed in red with "Under Review designation in the Expiration Date column have not received final approval. You may contact the firm or SBD for approval status, "Firms with "Under Review" designations may request an expedited certification review by submitting documentation relative to their participation on an upcoming project. Contact SBD (305-375-2378) for more information. NOV-13-2017 09:13:47 Page: 851 DBO R0050 v.20160307 FIRM NAME CONTACT ADDRESS Small Business Development Certified Firms as of November 13, 2017 PHONE FAX CERTIFIED BUSINESS ENTERPRISE CERT NO. EXP. DATE TRADE CATEGORIES MISIIA.'S CUPCAKES, INC. 10/01/2005 MISTY CLEANING SERVTCES,'INC. 07/2572006 MITCHELL'S LAWN, LLC 04/23/2013 vIIX'17 GREENS, INC. 01/01/1977 MISHA GOMEZ 1548 S Dixie Highway Coral Gables, FL 33146-0000 ADRLANA CORDOBA MONT 6001 NW 153rd St, 140 Miami Lakes, FL 33014-0000 ELSA GELMAN MICIiA.EL GNAEGY MM PROFESSIONAL TRANSPORTATION, INC. MICHAEL MAGGIO 08/18/2010 15665 SW 117 Ave Miami, FL 33177-0000 28905 SW:162ndAve Homestead, FL 33033-2200 305-246-13.79 786-200-6153 N/A 305-556-2988 305-556-299 305-233-9991 305-251-9067 305-245-1.722 . , 16573 05/31/2020 SBE/GS TIER 3 375 Foods: Bakery Products (Fresh) 37500 Foods: Bakery Products (Fresh) 37530 Cakes, Cookies, And Pastries 14546 08/31/2018 SBEIGS MICRO TIER1 910 Building Maintenance And:Repair Services 91000 Building Maintenance, Installation: And Repair: Services 91039 Janitorial/Custodial Services =962 Miscellaneous Services 96200 Miscellaneous Services. No. 2 (Not'. • Otherwise Classified) • 96221 Cleaning Services, Steam And. Pressure 16610 06/30/2020 SBEIGS TIER3 96888 Tree And Shrub Removal Services 988 Roadside, Grounds, Recreational And Parkarea Servi 98800 Roadside, Grounds, Recreational And Park Area Services 98836 Grounds Maintenance: Mowing, Edging, Plant (Not Tree) Trimming, Etc. 98852 Landscaping (Including Design, Fertilizing, Planting, Etc., But Not Grounds Maintenance Or Tree Trimming Services) 98888 Tree Trimming And Pruning Services SBE/GS MICRO TIER 2 96888 Tree And Shrub Removal. Services 98836 Grow ids Maintenance: Mowing; Edging, Plant (Not Tree) Trimniing, Etc. 98852 Landscaping (Including Design, Fertilizing, Planting,; Etc,, But Not Grounds Maintenance Or Tree Trimming Services) 98872 Pest Control (Other Than Buildings) (Includes. Spraying Of Trees And Shrubs) . 98888 Tree Trimming And Pruning Services 98889 Weed And Vegetation Control (Including 'Aquatic Weed Control). ACDBE 485320 Limousine Service DBE 15467 '' II/30/2019 2766 NW 62nd St, Suite ill -A 305-591-6723 14579 Miami, FL 33147-0000 786-621-0399 Firms that have timely submitted re -certification applications which are "Under Review" are listed in red. Firms listed in red with "Under Review' designation in the Expiration Date column have not received final approval. You may contact the firm or SBD for approval status. "Firms with "Under Review' designations may request an expedited certification review by submitting documentation relative tc their participation on an upcoming project. Contact SBD (305-375-2378) for more information. NOV-13-2017 09:18:47 Page: 852 OBDR0050 v.20160307 Firm Date of Project # Department Ord. Amount Amount Amount Reason Status Violation Identified Recovered Makeup 9/19/2016 RPQ NO. T1998 WS 97-52 $0.00 Deviated from the Schedule of Intent Open Affidavit without prior approval from SBD 9119l2018 RPQ NO. T1998 WS 97-52 $0.00 Utilization of non certified CSBE firm for Open CSBElSet Aside work 912612016 RPQ NO. T1998 WS 97-52 $94,000.00 Failure to meet SBE subcontractor goal Open 9/2612016 RPQ NO. T1998 WS 97-52 $0.00 Failed to perform a commerciallyuseful Open function 7/1112017 P0081 (7360) WS 97-52 $0,00 Failed to perform a commerciallyuseful Closed function 1014/2017 M & P REYNOLDS ENTERPRISES, 1NC. 4/3/2016 w40114 ESP ID 90-143 $5,603.20 $6,503.20 $0.00 Underpayment of Employee Closed 3/8/2016 8/6/2015 W40114 ESP ID 90-143 $550.32 Unpaid Penalty Open M. L. C. CONSTRUCTION CORPORATION 3/3/2016 MDFRD-445-70-8 FR 90-143 $94.88 Unpaid Penalty Open (7360) M. V1LA & ASSOCIATES, INC. 8/10/2001 CDQNIP 1 CD 97-52 $203,912.67 Prime failed to meet CSBE subcontractor Open goal MAESTRE CONSTRUCTION INC. 2/1/2016 RPQ NO. T2007 WS 97-52 $109,162.00 Deviation from the Schedule of Intent Open MANNY & LOU PLUMBING CONTRACTORS, INC. 6/13/2014 W40114 ESP ID 90-143 $51,929.63 $51,929.63 $0.00 Underpayment of Employee Closed 3/26/2015 MAXON GROUPE, LLC 12/22/2015 RPQ NO. T2130-R WS 97-52 7/22/2017 RPQ NO. T2130-R WS 90-143 $0.00 Deviated from the Schedule of Intent Open Affidavit without prior approval from SBD $7,442.60 Unpaid Penalty Open MERKURY CORPORATION D/B/A MERKURY DEVELOPMENT 10/16/2012 MIA-B761A2 AV 90-143 $89,890.52 $89,800.52 $0.00 Underpayment of Employee Closed 5/4/2015 METRO EXPRESS INC. This report includes open violations and those resolved in the last three years Page 8 of 13 Tuesday, February 13, 2018 Firm Date of Project # Department Ord. Amount Amount Amount Reason Status Violation Identified Recovered Makeup 1(4/2006 630022 DE 97-52 6/6/2015 20130055 (7360) PW 03-1 $398,840.90 Prime failed to meet CSBE subcontractor goal $0.00 Failure to Achieve Community Workforce Program requirements Closed 3l30/2015 Closed 9/11/2015 MITCHELL'S LAWN MAINTENANCE CORP 5/10/2017 9743-0/23 ID 99-44 $48,622.45 $30,104.60 $0.00 Underpayment of Employee Open MJ AIR CONDITIONING & PIPEFITTER, INC. 1/2712015 RPQ NO. T1742R WS 90-143 $7,862.40 $7,862.40 $0,00 Underpayment of Employee Closed 9/2/2015 2/28/2015 RPQ NO. T1742R WS 90-143 $786.24 Unpaid Penalty Open NATIONAL FIRE PROTECTION, LLC 3/13/2015 8/24/2015 ITB 12-10457-JA JM 03-1 ITB 12-10457-JA JM 97-52 $0.00 Failure to Achieve Community Workforce Program requirements Closed 3/21/2016 $160,219.32 Deviation from the Schedule of Intent Open PELEGE IRON CORPORATION 10/22/2015 RPQ NO. T1815 WS 97-52 $0.00 Utilization of non certified CSBE firm for CSBE/Set Aside work Closed 8/4/2016 PHOENIX CONCRETE PLUS, INC. 3/30/2015 20130163 (7360) PW 90-143 $0.00 Failed to submit Payrolls Closed 4/7/2017 PLACERES CONSTRUCTION, INC. 5/20/2016 RPQ NO. 2014-034-R SP 03-1 $0.00 Failure to Achieve Community Workforce Program requirements Closed 9/18/2017 6/20/2016 RPQ NO. 2014-034-R SP 03-1 $1,500.00 Unpaid Penalty Closed 9/18/2017 POOLE & KENT COMPANY OF FLORIDA 7/25/2014 S-863 (P0082) WS 97-52 $692,159.70 CSBE serving as a conduit for CSBE work Closed 1/21/2016 8/18/2015 S-563 (P0082) WS 03-1 $0.00 Failure to Achieve Community Workforce Closed Program requirements 2/10/2016 PRO SERVICE GROUP LLC 5/24/2016 5/24/2016 RPQ NO. T2012 WS 97-52 RPQ NO. T2012 WS 97-52 This report includes open violations and those resolved in the last three years Page 9 of 13 $4,272,74 Unpaid Penalty Closed 8/10/2016 $85,454.88 CSBE serving as a conduit for CSBE work Open Tuesday, February 13, 2018 Convicted Vendor List / Convicted / Suspended / Discriminatory / Complaints Vendor Li... Page 1 of 2 Skip to Main Content Department of Management Services Florida Department of Management Services > Business Operations > State Purchasing > Vendor Information > Convicted / Suspended / Discriminatory / Complaints Vendor Lists > Convicted Vendor List Convicted Vendor List Section 287.133(3)(d), Florida Statutes, provides that the Department of Management Services shall maintain a list of the names and addresses of those who have been disqualified from participating in the public contracting process under this section. The list includes: Vendor Name Hialeah Transport, LL.0 Date Suspended 09/30/16 Amancio Alonso 09/30/16 Tracy ]. Hoffman 01/22/18 Gator Signage and Striping, LLC Updated 2/7/18 Document reader download link 01/22/18 Adobe PDF Reader Expiration Date 09/30/19 09/30/19 01/22/21 01/22/21 Agency of Origin Miami -Dade County Miami -Dade County DOT DOT Final Order Convicted Vendor - Hialeah Transport, LLC ON 887.19 KB) Convicted Vendor - Amancio Alonso (. A. 861.07 KB) Convicted Vendor Tracy J. Hoffman (.;: 753.24 KB) Convicted Vendor - Gator Signage and Striping, LLC (:6. 753.24 KB) haps://www.dms.myflorida.com/business operations/state purchasing/vendor_informati... 02/21/2018 Mainnor Plno Vice President Treasurer Solenge Pino Boiangin Secretary Municipal Lighting Systems Group, Inc. Municipal Lighting Systems Group, {no, Municipal Lighting Systems Group, Inc, DEBARRED CONTRACTORS LIST (MONTHLY REPORT) Report Period: February 1, 2018 7037 SW 47th St A, Miami, FL 33155 7038 SW 47th St A, Miami, FL 33155 7039 SW 47th St A, Miami, FL 33155 Miami -Dade County Internal Services Miami -Dade County Internal Services Miami -Dade County internal Services 2of2 No recommedation for Debarment No recommedation for Debarment No recommedation for Debarment No recnmmedatron for Debarment No recommedation for Debarment No recommedation for Debarment No recommedation for Debarment No recommedation for Debarment No recommedadon for Debarment No No No Report ByCompany_4_0a 1'F Page 1 of 1 Excel Print Close Delinquent Contractors by Company COMPANY ACCOUNT NUMBER DEPT DEPT COMPANY NAME COMPANY ADDRESS PEIN ID CONTACT MIAMI null null null ANGEL HERNANDEZ UNIVERSITY OF MIAMI null null null null null null YACHT CLUB AT PORTO 2828 Coral Way MIAMI null null null ROBERTO ROCHA, null null null rrnv/ART/cPlPrtion 2 1.do 02/21/2018 MIAMI-DADE COUNTY INTERNAL SERVICES DEPARTMENT SMALL BUSINESS DEVELOPMENT GOAL DEFICIT MAKE-UP REPORT as of: February 1, 2018 This report list firms that DID NOT fulfill a small business goal on a contract and must make-up double the value of the small business goal deficit on an existing or future contract. To address the deficit, these firms are required to submit a make-up plan as part of any future bid or proposal for future County contract until the goal deficit is resolved/satisfied. For ANY new bid/proposal, the following firms must submit a Make -Up Plan and corresponding Schedule of Intent Affidavit (SOI) or Letter of Agreement (SBD Form 105, 400 or 504), as appropriate, addressing ALL or a PORTION of the Make-up Balance Amount listed. If a firm fails to include the SOI with any new bid/proposal it will result in the bid/proposal being deemed NONRESPONSIVE. This requirement does not apply to contracts with a 100% set -aside measure. Litz Engineering, Inc. DATE OF VIOLATION' 6/7/2016 RPQ NO. T2032 DEPT' WASD SBE-Construction $ 67,786.00 OPEN or COMPLETED PLANS $ 67,786.00 9/26/2016 RPQ No. T1998 WASD SBE-Construction $ 94,000.00 M. Vila & Associates, Inc. 8/10/2001 CDQNIP 1 HCD SBE-Construction $ 203,912.67 Maestre Construction, Inc. Nationa Fire Protection, LLC 4/20/2016 RPQ No. T2007 WASD SBE-Construction $ 109,162.00 6,600.00 8/24/2015 ITB 12-10457-JA JMH SBE-Construction $ 160,219.32 Pro Service Group LLC 5/24/2016 RPQ NO. T2012 WASD SBE-Construction $ 85,454.88 Project 1 Construction, Inc. R & G Engineering, Inc. 1/21/2011 RPQ NO. Z00003 GSA SBE-Construction $ 6,178.00 9/27/2011 RPQ NO. T1198-R WASD SBE-Construction $ 67,560.00 $ 94,000.00 $ 203,912.67 $ 102,562.00 $ 160,219.32 $ 85,454.88 $ 6,178.00 $ 67,560.00 10/25/2016 RPQ No. T1845 WASD SBE-Construction $ 383,445.06 RC Construction & Investments, Inc. 4/27/2015 ITB13-11538/GC-04 JMH SBE-Construction $ 150,406.30 RG Underground Engineering, Inc. 9/26/2016 RPQ No. T2088 WASD S8E-Construction $ 3,040.00 Ric -Man Construction, Inc. 4/5/2017 DB13-WASD-01 WASD SBE-Construction $ 987,884.00 Roadway Construction, LLC Siemens Industry, Inc. 9/13/2016 4/11/2016 RPQ No. T2039 DB07-GSA-01 (Build) WASD ISD SBE-Construction SBE-Construction $ 74,704.00 $ 96,982.44 96,982.44 $ 383,445.06 $ 150,406.30 $ 3,040.00 $ 987,884.00 $ 74,704.00 Siltek Group, Inc. SM Interconsulting, LLC 1/5/2016 4/22/2016 Z00017 GOB ESP RPQ No. 117682 ISD PARKS Page 2 of 3 SBE-Construction SBE-Construction $ 240,000,00 $ 281,860.00 $ 240,000.00 $ 281,860.00 Suspended Vendor List / Convicted / Suspended / Discriminatory / Complaints Vendor Li... Page 2 of 4 F133954395 XXXXXX4887 F221914532 001 F592203557 001 392068928 F570468351 001 F943221352 XXXXXX5567 001 F362952689 001 F590336431 001 NIA° F550333452 001 F592218537 002 F210721356 001 F650380627 001 F133429155 F591313977 001 F591549387 001 D R L Associates Broad Street Yardville, N3 08620 Enterprise Training Solutions 410 Saw Mill River Road Ardsley, NY 10502 Forever Lawn & Landscaping Service P.O. Box 93161 Lakeland, FL33804 Hamilton Uniforms, Inc Main Street & Chesterfield Road Crosswicks, NJ 08515 Hose Products, Inc. 1411 SW 12th Avenue Pompano Beach, FL 33069-4725 I Color Printing & Mailing, Inc. 22873 Lockness Avenue Torrance, CA 90501 International Plastics, Inc. 8 Tulip Street Greenville, SC 29609-3723 Interwoven Inc. 3525 Piedmont Road Atlanta, GA 30305-1530 Jensen Fire Protection Co.1 1432-2 Parkshore Circle Fort Meyers, FL 33901 Leta Laboratories, Inc. 6 Regent Lane Deerfield, IL 60015 Long Office Supply Co. P.O. Box 012021 Miami, FL 33136-4191 Midwest Communications Corp. 8875 NW 23rd Street Miami, FL 33172-2490 Mitchell Printing 1184B Capital Circle NE Tallahassee, FL 32301-3519 National Elec. Computer Supplies 3034 Winter Lake Road Lakeland, FL 33803-9707 N & M Export 8010 SW 152nd Avenue #210 Miami, FL 33193 PharmChem, Inc. 4600 N. Beach Street Haltom City, TX 76180 Philips Consumer Electronics 64 Perimeter Center East Atlanta, GA 30346 Roger Whitley Chevrolet, Inc. 12300 North Florida Avenue Tampa, FL 33612 03-25-2005 DMS 07-28-2005 DMS 02-20-2012 03-14-2005 DEP DMS 03-18-2005 DMS 09-12-1991 DMS Notice of Default - 392068928 (r 320.17 KB) httns•//www.dms.mvflorida.comfbusiness operations/state_purchasing/vendor_infoi1ziati... 02/21/2018 BCCO Contractor inquiry and Com plaint Search You can search our database for contractors that have been issued a Miami -Dade County Certificate of Competency. The results will display the contractor information, status and complaints, if any. Contractor Information Search 0 license Number. 0 Company Name. Contractor Complaint Search 0 Complaint Number or Contractor License Number. L® Company Name. Enter the required information: MBGC LLC 1._suBmrr1 3 St T ^ Tills search page is only for vliarni-Dade Contractors, To search fora Florida State t icenmd Contractor, dick an the State of Florida Contractor'acen3a Sea=ca, BCCO Contractor lnquirvand Corneiaint Search I BCC° do Pao"? I State Licenm Search Menu @ €-tome I About I Piruno Direct v 1 =':ivar: I aiaist;er ©2001 Miami -Dade County. Al tights reserved tJ6. 1 PrudtictCorrot j CO:nilactc€s j`Biti[dinc'CSici s Error during processing. Read error messagebeltnrr and click reset to go back to Selection Menu. NAME NOT'ON FILE BCCO Con iractor Inquiry and Complaint Search 1 BCCO Hume Pale I Sine License Search .Menu +a Hone I Using Our Site I About I Pone Director,/ j Privacy I Di leinle }2001 Miami -Dade Ceenty. All rightsreserved. BCCO Contractor Inquiry and Corn plaint Search You can search our database for contractors that have been issued a hrliami-Dade County Certificate of Competency- The results will display the contractor information, status and complaints, if any. ContractorInformalion Search 0 license Number. r i Company Name. Contractor complaint Search 0 Complaint Number or Contractor License Number. Company Name. Enter the required information_ MINERVABIT NKER GE , SUBMIT RESET This search page istatty for Nlia.mi-Cade Contractors -Fa search fora Florida State Licensed Contractor, dic€con the Stile of Florida Contractor License Search. BCC° Contractor Inquiry and Complaint Sea rat 16 a`l Home Page I State Liven Search Man v House I }bout I %honeGiraci ; I FriiaCy I Disclaimer 02001 Miami -Dade County. Al rights re:erverf_ Product .Cortrol I Contractors Error during processing. Read error message below and click reset to go back to Selection Menu. r4M1ENOT:.ON FILE, BCCO Contractor Inquiry and Complaint Search - BCCO Home Page i State Linn Search Mann o Hume I Usna Our Site I About I Phone. Direetary I Privacy I Dioclairner �2001 Miami -Dade County. All rightsres?rved_ Yv August 2, 2016 Page 3 Jiangxi Hongdu Aviation (aka Hongdu Aviation) KLCC Property Holdings Bhd KT Kira Sert Va{lik KT Sukuk Co Ltd: KT Sukuk Varhk Kiralma AS Kunlun Energy Company Ltd. {fka: CNPC Hong Kong Kuwait Finance House Lanka IOC Ltd Managem SA Mangalore Refinery & Petrochemicals Ltd Malaysia Marine & Heavy Engineering Holdings Bhd TAISC Bhd Mosenergo Oil India Ltd. Oil & Natural Gas Corp (ONGC) ONGC Videsh Limited (OVL) Orca Gold Inc. PetroChina Petroliam Nasional (Petronas) Petronas Capital Limited Petronas Chemicals Bhd Petronas Dagangan Bhd Petronas Gas Berhad Petronas Global Sukuk Putrajaya Management Sdn Bhd Sinopec Capital 2013 Ltd Sudan Sudan & Iran 'Sudan Sudan Sudan Sudan & Iran Sudan Sudan Sudan Sudan & Iran Sudan & Iran Sudan & Iran Iran Sudan Sudan & Iran Sudan & Iran Sudan Sudan & Iran Sudan & Iran Sudan & Iran Sudan & Iran Sudan & Iran Sudan & Iran Sudan & Iran Sudan & Iran Sudan & Iran China Malaysia Turkey Cayman Islands Turkey Hong Kong Kuwait India Morocco India Malaysia Malaysia Russia India India India Canada China Malaysia Malaysia Malaysia Malaysia Malaysia Malaysia Malaysia China September 19, 2007 April 14, 2009 August 2, 201 August 2;_Z01.6.1; ust 2, 2016 September 19, 2007 April 14, 2009 September 19, 2007 November 9, 2010 September 19, 2007 March 18, 2014 September 19, 2007 September 16, 2008 September 18, 2012 September 19, 2007 March 18, 2014 December 9, 2014 September 19, 2007 September 19, 2007 September 19, 2007 June 16, 2011 September 19, 2007 September 19, 2007 March 18, 2014 September 24, 2D13 Yes yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes otEserna tie? iOA!E .:SEARCH' RECORI3 DATA ACCESS CHECKSTATUS .Cr'eaf an ca ALERT: Due to a SBA service interruption, SJ M registrants may encounter an error validating the SBA Supplemental Information page. If this happens, please contact the Federal Service Desk (fsd_gov) for help submitting your registration. Search Results • Your search results represent the broadest set efrecords that match your search criteria. You may get entity registration records that are still in progress or have been submitted, but notyet activated. Check the states of each record. + Of note, some entities choose to opt out of public display; Even if they are registered in SAM, you will not see their entity registration records in a public search. You can only see them i€you lag in as Federal Government user. • You can refine your search results. If you used the Quick Search, select the search filters on this page, If you used one of the Ari aneed Search options, select the Edit Search button. • Ifyou want to perform a new search, use the Clear button to remove your current search results. Ifyou are logged in with your SAaf User Account, you can save your search criteria to run again later using the Save Search button. • NOTE: Please read this important message when searching for eselusion records. Gieur Search FILTER, RESULTS Current Search Terms: mbge91 Your search for "n bge 11cV" returned the follnroving result.... ttrPNs:.,-aris8.0 Hass�rtzsc icc]i�iaa?'.' Fi�uaYionDate. of ijaua8.,;.--. Ptr podoofpog4tragon,t2 3llteis�Yaids, stetua Lit • View netp is. ssward For ottlee ALERT Due to a SBA serviceinterruption, SAM registrants may encounter an error validating the SBA Supplemental Information page. If this happens, please contact the Federal Service Desk (fsd.gov) far help submitting your registration. ? Search Results Your search results represent the broadest set of records that match yilmr search criteria. You may get entityregistration records that are still in progress or havebeen submitted, but not yet activated. Check the status of each record. • Of note, some entities ehocue to opt out of public display, Even if they are registered in SAM, youivilt name their entity registration records in a publie search. You can only see them if you log in as Federal Government user. * You mu refine your search results. If you u=ed the Quick Search; select the search fillers on this page. If you used one of the Advanced Search options, select the Edit Search button. • If you want to perform anew search, use the Clear button to remove your current search results.Ifv1tu ere logged in with your S AI UserA.mount, you can save search criteria to run again later using the Save Soh billion. * NOTE Please read this important message when sea/thing for exclusion records. Cienr Sea€ch. Tomsarcoure Result page 1 Current Sear tT s: nnerra bunker*-geaff cleaners* Modified Date Descending :our, search. fur "miner.* bunker` gear* cleaners.:" returned the following results... Fpaat shriat� ottjatf.' YFepo ad: ite�.sfiatxoh. Ail.i4warth Viet . Details' LflrirrcY2A3tYSI £BGE.Nit,CiE-..YEAS dF . S 0LOR.D0.COPY. view QetEilis_. :.E?�1uft Re;uE.tS GSA: IBM .vi.P.8.2o18o 5-1243::- :`... • •9haaiza€!S. Gnneta[ swv;;t:izln=fsanraaca.,�m0:0itatara}4ge, **is 76& aF€rcR! pe.r/ Oxeau,�at �¢i iacasit- r. 0*.et x inkii0.1-fv4 pi,10:' .P=amcutaem. - __. R ms& :Diviali?}eis .,.. 1'si� go1r.. Data iyG/ <' Check:Stittus 'Privacy Policy GSA.gov Miami -Dade County , Procurement Management Page 1 of 1 BID Tracking System (Lincian Li online) Application ► I Contracts ► I Vendors ► Queries ► j Reports ► t Others ► I Contact Usl Log Off Business Business Address Bids Info 1 Info 2 Info Awarded Business Information • Business Name: ,MBGC LLe Affidavits Attach. Insurance NonPerf Gap Hist. Hist. Reports Comments .47 Message Work Modify Center Allocation ADPICS Registered Vendor - Vendor Non -Performance History Doing Business As: jMitdERVA BUNKER GEAR.CLEANERS_ : PBIN.• '8Q068oQi5. s Non -Performance History Status LQVendor Non -Performance History ❑ Vendor is in arrears with Miami -Dade County Non -Performance History Lisa Bid # Non -Performance (mm/ddlyyyy) Comments Prov. Suffix [01.,.. Termination (mmlddlyyyy) Comments Save I Ciea Previous Next Suffix Suffix Search VPT§S- .02:sih Home I Privacy Statement I Disclaimer I Using_Our Site I About Us I Phone Directory I Contact Us MJAt<1E ©2007 Miami -Dade County. All rights reserved. https: //intra8. miamidade. gov/Apps/ISD/eProcurement/Registered VendorDetailsNew. asnx... 02/21/2018 Miami -Dade County Solicitation FB-00664 Solicitation FB-00664 Cleaning and repair of bunker gear Solicitation Designation: Public MIAMI•DADE COUNT Miami -Dade County 12/20/2017 8:36 AM p. 1 Miami -Dade County Solicitation FB-00664 Solicitation Number Solicitation Title Solicitation Start Date Solicitation End Date Question & Answer End Date Solicitation FB-00664 Cleaning and repair of bunker gear FB-00664 Cleaning and repair of bunker gear In Held Jan 19, 2018 6:00:00 PM EST Jan 15, 2018 7:00:00 AM EST Solicitation Contact Abelin Rodriguez 305-375-4744 abelin@miamidade.gov Solicitation Contact Basia Pruna 305-375-5018 bpruna@miamidade.gov Solicitation Contact Alonzo Joseph Procurement Contracting Officer 1 ISD - Procurement Management Services 305-375-2774 alonzo.joseph@miamidade.gov Contract Duration Contract Renewal Prices Good for See Bid Documents Not Applicable See Bid Documents Solicitation Comments Provide for cleaning, repair and inventory control of firefighter protective uniforms. Item Response Form Item FB-00664--01-01 - Cleaning and Repair of Bunker Gear Quantity 1 each Prices are not requested for this item. Delivery Location Miami -Dade County No Location Specified Qty1 Description Cleaning, repair and inventory control of fire fighter bunker gear. 12/20/2017 8:36 AM p. 2 Miami -Dade County Solicitation FB-00664 SOLICITATION NO.: FB-00664 Cleaning and repair of bunker gear Jan 19, 2018 M IAM I•D�ADE COUNTY MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID TITLE: Cleaning and repair of bunker gear FOR INFORMATION CONTACT: Abelin Rodriguez, 305-375-4744, abelin@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON -RESPONSIVE. 12/20/2017 8:36 AM p. 3 Miami -Dade County Solicitation FB-00664 XIJA1-11 G3ADE, NNW SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These general terms and conditions are considered non- negotiable. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami - Dade County Procurement Management website by clicking on the below link: http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r17-1.pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically. 12/20/2017 8:36 AM p. 4 Miami -Dade County Solicitation FB-00664 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is to establish a contract for the inspection, cleaning, repair, and tracking of turnout gear for Miami -Dade County. 2.2 TERM OF CONTRACT This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the Internal Services Department, Procurement Management Division. The contract shall expire on the last day of the sixtieth month. 2.3 METHOD OF AWARD Award will be made to the lowest priced, responsive, responsible bidder in the aggregate who meets the qualifications listed below. In situations where a bidder wishes to provide the item or service at no cost to the County, enter zero (0) on the appropriate pricing line; do not leave the line blank. Qualifications. A. Bidder(s) must be an established repair facility for advanced cleaning, inspection, repair, decontamination and tracking of structural firefighting protective ensembles in compliance with National Fire Protection Association (NFPA) Standard 1851. Bidder shall provide a copy of a letter or certificate issued by an independent third party such as; Intertek, Underwriters Laboratories, etc., documenting that the facility is in compliance. B. Bidder(s) must be authorized by the County's turnout gear manufacturers (Lion Group, Inc. and Globe Manufacturing Co.) to repair, clean and inspect the garment. Bidder(s) shall submit a letter or certificate from the manufacturers documenting stated compliance with requirements. If the County purchases turnout gear manufactured by other than the listed companies, the successful bidder shall obtain certification for the cleaning and repair of the 'new' manufacturer's gear within thirty days of being notified by the County. C. Bidder(s) shall provide a list of no less than three client references who can confirm that the bidder has successfully inspected, cleaned, repaired and serviced turnout gear within the past twelve months. The following information shall be provided: company name, telephone number and/or e-mail address, and point of contact. Bidder shall provide the specified information and documents with their submittal forms and affidavits as poof of compliance with the qualifications. However, the County may, at its sole discretion and in its best interest, allow bidders to complete, supplement or supply the required documents during bid evaluation. 2.4 PRICES 12/20/2017 8:36 AM -1- p. 5 Miami -Dade County Solicitation FB-00664 The contract prices resultant from this solicitation shall prevail for no less than one (1) year from the contract's initial effective date. It is the bidder's responsibility to request any price adjustment 90 days prior to the then current 12-month term. The adjustment request should not be in excess of the relevant pricing index change. The County may consider an adjustment to price upward or downward based on changes to the Consumer Price Index (CPI), all urban consumers, workers in Miami Dade/Ft. Lauderdale Area for goods and services. The County reserves the right to negotiate lower pricing based on market research information or other factors that influence price. The County reserves the right to apply any deduction in pricing based on the downward movement of the applicable index. 2.5 LOSS OR DESTRUCTION OF COUNTY PROPERTY Loss or destruction of County property by the Successful Bidder will result in the bidder being charged the remaining value of the equipment as a percentage of the current replacement cost. Example: Gear is lost in the 7th year of the 10 year life cycle and the replacement cost is $2,000. The bidder will be responsible for 30% of the replacement cost or $600. FORMULA: a. # of years used = c. X percentage to be covered by County b. total life cycle years d. 100 EXAMPLE: a. 7 years used = c. X b. 10 year life cycle d. 100 CALCULATION: Step 1: (a) 7 (# years used) x (d) 100 = 700 Step 2: 700+ (b) 10 (total life cycle years) = 70% This is the percentage covered by the County Step 3: 70% x $2,000 (cost of the gear) = $1,400 This is the cost covered by the County to replace the gear Step 4: $2,000 — $1,400 = $600 This is the cost covered by the bidder to replace the gear For these computations turnout gear has a maximum ten (10) year life cycle. The bidder shall notify the County of such loss within twenty-four (24) hours of pickup. The bidder will be responsible for returning all remaining portions of the turnout gear to the County for proper disposal as required by NFPA. The County shall have the right to deduct the said charges from any outstanding amount due, or that may become due to the bidder under this -2- 12/20/2017 8:36 AM p. 6 Miami -Dade County Solicitation FB-00664 agreement, or to invoice the bidder for such damages if the costs incurred exceed the amount due to the bidder. 2.6 PICK-UP/DELIVERY REQUIREMENTS The bidder's facility shall be open Monday through Friday, from 7:00 a.m. to 5:00 p.m. Bidders will pick up three (3) days per week approximately 5-8 sets of gear from 3-5 stations per day, per annual schedule. The County will provide a detailed schedule to the bidder indicating which stations they will pick up from on each day. The days for pick-up will be Tuesday, Wednesday, and Thursday. The days for delivery will be Wednesday, Thursday and Friday. The bidder will be responsible for printing a copy of the pick-up list that will include the date, employee name, station location and the scheduled delivery for each fire station serviced during the week. The pick-up list shall be provided to the fire station personnel at each location. Delivery time for all gear being serviced (cleaning, repairs, inspections, etc.) should be no more than two (2) business days, and three (3) business days for the handling of contaminated gear. All exceptions must be requested to the appropriate County representative. Occasionally the normal scheduled pick-up by the bidder may be missed by employees who are away from the station; when this situation occurs, the employee will be allowed to drop- off the gear for cleaning/repair. The employee will provide a copy of the gear cleaning authorization voucher to the bidder for proof of notice to proceed. During the normal scheduled notifications, "dropped -off" gear shall be included and differentiated from the routine pickups. A copy of the gear cleaning authorization voucher must be included with the invoice showing prior County approval for any charges associated with the service provided. The bidder is not allowed to make alterations or add patches to the garments unless prior approval has been given by the County. All delivery timeframes shall be adhered to by the bidder(s); except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County. Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the time stated above, the County reserves the right to cancel the contract on a default basis. County employees may be authorized in writing to pick-up items under this contract. The bidder shall require written authorization and county identification prior to releasing any items. The bidder shall maintain a copy of the authorization on file as proof to release items. If the bidder is in doubt about any aspect of the material pick-up, the bidder shall contact the appropriate user department to confirm the authorization. -3- 12/20/2017 8:36 AM p. 7 Miami -Dade County Solicitation FB-00664 2.7 LOCATION OF CURRENT STATIONS The County reserves the right to add or delete stations and work sites at its discretion. Location Logistics Inventory & Supply Bureau Headquarters - HQ Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station Station 01 02 03 04 05 06 07 08 09 10 11 12 Airport 13 14 15 16 17 19 20 21 22 23 24 25 - Air Rescue 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Address 6000 SW 87th Ave, Miami, FL 33173 9300 NW 41st St, Miami, FL 33178 16599 NW 67th Ave, Miami, FL 33014 6460 NW 27th Ave, Miami, FL 33147 3911 SW 82nd Ave, Miami, FL 33155 9201 SW 152nd St, Miami, FL 33157 13150 SW 238th St, Homestead, FL 33032 15890 SW 288th St, Homestead, FL 33033 9350 NW 22nd Ave, Miami, FL 33147 2900 Aventura Blvd, Aventura, FL 33180 7777 SW 117th Ave, Miami, FL 33183 17775 N Bay Rd, North Miami Beach, FL 33160 18705 NW 27th Ave, Opa Locka, FL 33056 5680 NW 36th St, Miami, FL 33166 6000 SW 87th Ave, Miami, FL 33173 5860 SW 70th St, Miami, FL 33143 2 Crandon Blvd, Key Biscayne, FL 33149 325 NW 2nd St, Homestead, FL 33030 7050 NW 36th St, Miami, FL 33166 650 NW 131st St, Miami, FL 33168 13000 NE 16th Ave, North Miami, FL 33161 10500 Collins Ave, Bal Harbour, FL 33154 15655 Biscayne Blvd, Aventura, FL 33160 7825 SW 104th St, Miami, FL 33156 14150 SW 127th St, Miami, FL 33186 4310 NW 145th St, Miami, FL 33054 3190 NW 119th St, Miami, FL 33167 1275 NE 79th St, Miami, FL 33138 8790 NW 103rd St, Hialeah Gardens, FL 33016 351 SW 107th Ave, Miami, FL 33174 9500 NE 2nd Ave, Miami, FL 33138 17050 NE 19th Ave, Miami, FL 33162 358 NE 168th St, North Miami Beach, FL 33162 2601 Point East Dr. Aventura, FL 33160 10850 SW 211th St, Miami, FL 33189 201 Westward Dr. Miami Spring, FL 33166 10001 Hammocks Blvd, Miami, FL 33196 4200 SW 142nd Ave, Miami, FL 33175 575 NW 199th St, Miami, FL 33169 641 Europe Way, Port of Miami, FL 33132 975 SW 62nd Ave, Miami, FL 33144 2270 NE 186th Street, Miami, FL 33180 65 Fisher Island Dr. Miami Beach, FL 33109 13390 SW 152nd St, Miami, FL 33177 7700 NW 186th St, Hialeah, FL 33015 9710 NW 58th St, Medley, FL 33166 -4- 12/20/2017 8:36 AM p. 8 Miami -Dade County Solicitation FB-00664 Station 46 Station 47 Station 48 Station 49 Station 50 Station 51 Station 52 Station 53 Station 54 Station 55 Station 56 Station 57 Station 58 Station 59 - Airport Station 60 Station 61 Station 62 Station 63 Station 64 Station 65 Station 66 Station 69 Station 73 Station 76 Station 78 Station 99 2.8 WARRANTY REQUIREMENTS 10200 NW 116th Way, Miami, FL 33178 9361 SW 24th St, Miami, FL 33165 8825 NW 18th Terrace, Miami, FL 33172 10850 SW 57th Ave, Coral Gables, FL 33156 9798 E Hibiscus St, Palmetto Bay, FL 33157 4775 NW 199th St, Opa Locka, FL 33055 12105 Quail Roost Dr. Miami, FL 33177 11600 SW Turnpike Way, Miami, FL 33186 15250 NW 27th Ave, Opa Locka, FL 33054 21501 SW 87th Ave, Miami, FL 33189 16250 SW 72nd St, Miami, FL 33193 8501 SW 127th Ave, Miami, FL 33183 12700 SW 6th St, Miami, FL 33184 5680 NW 36th St, Miami, FL 33166 17605 SE 248th St, Homestead, FL 33031 15155 SW 10th St, Miami, FL 33194 9798 Hibiscus Street, Miami, FL 33157 1655 NE 205th Terrace, Miami, FL 33179 8200 Commerce Way, Hialeah, FL 33016 1350 SE 24th St, Homestead, FL 33035 3100 SE 8th St, Homestead, FL 33035 11151 NW 74th Street, (Doral North) Doral, FL 975 North America Way, Miami, FL 33132 9665 Bay Harbor Terrace, Bay Harbor, FL 164335 NE 35th Ave, Golden Beach, FL 33160 4310 NW 145th St, Miami, FL 33054 The bidder shall fully warrant all repairs and cleaning furnished hereunder against defect in materials and/or workmanship for a period of ninety (90) days from date of delivery and acceptance by the County. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the warranty period, the bidder shall make the repair or replacement at no cost to Miami -Dade County, immediately upon written notice. 2.9 DEFICIENCIES IN WORK The bidder shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract standards. All corrections shall be made within two business days after such rejected defects, deficiencies, and/or non -conformances are reported to the bidder by the County. The bidder shall bear all costs of correcting such rejected work including the retrieval of such items from the identified station location. If the bidder fails to correct the work within the period specified, the County may at its discretion, notify the bidder in writing that the bidder may be subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within two days of receipt of the notice. If the bidder fails to correct the work within the period specified in the notice, the County shall place the bidder in default, obtain the services of another bidder to correct the deficiencies and charge the incumbent bidder for these costs; either through a deduction from the final payment owed to the bidder or through invoicing. If the bidder fails to honor the invoice or credit memo, the County may terminate the contract for default. -5- 12/20/2017 8:36 AM p. 9 Miami -Dade County Solicitation FB-00664 2.10 BIDDER EMPLOYEES ACCESS TO STATIONS The County will provide photo ID's to the awarded bidder(s) drivers to have access to stations and other County locations for pickup. All County photo ID's must be left at the awarded bidder(s) office at the end of each work day. Access to the stations via photo ID will be from Monday thru Friday from 7:00 am to 5:00 pm. In the event of changes to the assigned driver(s), the bidder(s) must return the ID to the County and the replacement driver will be issued a new photo ID. The successful Bidder will be charged five dollars ($5.00) for the re- issue of lost or stolen ID's. Payment shall be made to: Miami -Dade Fire Rescue Department, Logistics Div., Attn. Star Rodriguez, 6000 SW 87 Ave. Miami, FI. 33173.checks 2.11 EMERGENCY SERVICES The successful bidder shall provide a point of contact (POC) which shall be available twenty- four (24) hour a day. This POC shall be authorized to commit the successful bidder for emergency services. The bidder will be expected to open their facilities within a maximum four (4) hour response time to repair, wash and decontaminate gear. The bidder will provide on -scene emergency services as required and when required by the County. Bidder will be required to report to the emergency's location within two (2) hours of receiving notification and will be expected to provide replacement gear to personnel on scene as needed. 2.12 AREA WIDE EMERGENCIES Area wide emergency is defined as an event of such scope that the whole or the majority of Miami -Dade County is affected. An example of an area wide emergency is a tropical storm or hurricane that may prevent travel and or disrupt electrical, telephone, or cell service. The bidder shall provide the County with a means to access the County's protective gear twenty- four hours a day. This access will be used to insure County firefighters have clean and healthful uniforms during area wide emergencies. 2.13 CRIMINAL HISTORY BACKGROUND CHECKS The awarded bidder will be responsible for performing criminal history background checks for each of their employees that will be gaining access to County facilities. Bidder(s) will certify this information by submitting documentation from the agency conducting background checks to the County. The County retains the right to ban any successful bidder's employee from entering County sites. 2.14 PURCHASE OF OTHER SERVICES While the County has listed all major services within this solicitation of which are utilized by the County in conjunction with its operations, there may be similar services and items that may be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the awarded bidder to obtain a price quote for the similar services. The County reserves the right to award these similar services to the successful bidder, another contract bidder or to acquire the services through a separate solicitation. - 6 - 12/20/2017 8:36 AM p. 10 Miami -Dade County Solicitation FB-00664 SECTION 3 TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK Advanced inspection, cleaning, repair, decontamination, barcode tracking database, and on-line reporting services of turnout gear for Miami Dade Fire Rescue Department (MDFR) in compliance with NFPA 1851-2014, or latest edition. Turnout gear includes coat, coat liner, trouser, trouser liner, helmet, hood, gloves, boots... etc. 3.2 SPECIFICATIONS Bidder's cleaning process must be compliant with the current edition of the NFPA 1851 standard and cleaning specifications and manufacturer's guidelines. The bidder must provide all the chemicals and supplies necessary for the cleaning, repair, inspection, and certification of Global and Lion outer shells, moisture barriers, and thermal liners as to not void the fabric's fire retardant capability. The bidder's facility will also be equipped with the necessary equipment for the cleaning, inspection, and repairing of the gear. The bidder shall be responsible for the separation of the garments (liners from shells) and cleaned according to manufacturer's washing instructions, drying, inspecting, hydro -static testing, and repairs (if necessary) and then re -assembling with its corresponding unit (shell with liner). The barcode on the shell must match the barcode on liner to prevent mismatched garments. Bidder must be able to process a minimum of 2,500 sets of gear, annually. Gear will be scanned into on-line database using a barcode scanner system. Specialized cleaning may be needed to decontaminate gear exposed to blood borne pathogens, chemicals, and other substances. Bidder's trained staff will notify the Inventory and Supply Bureau supervisory staff when badly damaged gear should be condemned and replaced. This will require the approval of Miami Dade Fire Rescue Department. Bidders shall not repair or clean gear that has reached the ten (10) year life cycle based on manufacture date established by the County. This gear shall be returned to the County for proper disposal. The County will not pay any charges/fees for gear mistakenly processed in error by the bidder. Definitions A) Advanced Cleaning/Inspections Advanced cleaning is a thorough cleaning of gear and gear elements accomplished by washing machine. This gear will be placed in a black bag provided by the bidder. B) Biohazard Decontamination Cleaning Biohazard decontamination cleaning is specialized cleaning that may be needed when gear is exposed to blood borne pathogens, body fluids, hazardous chemicals (including fuel, gasoline, paint and other substances), smoke and by-products of fire. Gear that has been exposed to hazardous materials or is extremely contaminated that cannot be cleaned by the bidder will be placed in red bags provided by the bidder and will not be cleaned. This gear needs to be returned to the County for proper disposal in accordance with Federal, State, and Local regulations. 12/20/2017 8:36 AM p. 11 Miami -Dade County Solicitation FB-00664 C) Heavy Soil Cleaning Heavily soiled cleaning involves cleaning materials that are imbedded in gear such as tar, oils, grease, grime, black soot, resins, sewer discharge, etc. This gear will be placed in a black bag provided by the bidder. D) Advanced Inspection Advanced inspection includes complete linear inspection that is to be conducted by trained personnel once a year or whenever routine cleaning occurs. E) Repair All repairs must be made in accordance with manufacturer's guidelines meeting the latest edition of the NFPA 1851 Standard. Bidder's staff should be trained to repair all components of the ensembles such as shells, liners and moisture barriers. Repairs may include burns, rips, tears, holes, Velcro, zippers, reflective material, leather reinforcement, alterations, hardware such as snaps etc. and any custom work needed. Bidder must use NFPA compliant repair materials from the original garment manufacturer and all thread must be 100% Nomex® meeting "Major A Seam" requirements. 1) Bidders shall notify the County in writing when badly damaged gear is not economical to repair. This gear will be placed in a white bag provided by bidder with a label showing the information shown below stating that the gear cannot be used in fire service and the reason why. 2) Gear that is suitable for fire service will be placed in a black bag provided by bidder with a label showing the following information: Date of Inspection, Cleaning and Repair Type of Gear (Turnout Coat Shell/Liner, Turnout Pants Shell/Liner) Manufacturer of the gear Manufacturer's barcode / serial number Date of Manufacture Size of gear Firefighter Name: Firefighter ID Number: Station/Location: Disposition: BER (Beyond Economic Repair) Exceeds MDFR 10-year limit Certified for fire service 3.3 CONTAINERS/BAGS/LABELS The awarded bidder shall be responsible for providing two (2) hard plastic storage containers with lids per station that are at a minimum 24" x 24" x 48" in size to accommodate multiple sets of turn -out gear. The containers are to be delivered to the stations on Mondays, prior to 5:00 pm, and are picked up on Thursday when bidder picks up the last set of bunker gear for that station. The bidder will also be responsible for providing disposable bags at each station that may require service during any given time on the pick-up schedule. The disposable bags should be 20x4x30, 0.8 mil high density polyethylene PE merchandise bags in white, red and black. The "RED" bags are for bio-hazardous contaminated gear; "BLACK" bags are for gear that requires inspection, cleaning and 12/20/2017 8:36 AM p. 12 Miami -Dade County Solicitation FB-00664 repair and the "WHITE" bags are for gear that has failed inspection or is marked for training. Plastic bags shall not be reused. The colored bags must be provided for each set of turn -out gear picked -up from the stations for processing as well as for delivery from the bidder. Additionally, the bidder shall be responsible for providing self-adhesive labels that will be left at each station that may require service during any given time. The labels will be blank with a minimum size of 3"x5" that will be used by the firefighter stating fire fighters name, station number and shift when the gear is identified for servicing. 3.4 BIDDER CERTIFICATIONS Bidder's staff must be certified by the equipment manufacturer, and trained to repair all components of the ensemble such as shells, liners, moisture barriers, etc. Repairs include but are not limited to bums, rips, Velcro, zippers, OEM reflective material, leather reinforcement, alterations, hardware such as snaps, etc. Cleaning shall be done using manufacturer approved detergents for use with all outer shell, moisture barrier, and thermal liner materials so as to not void the fabric's retardant capability. Bidder will provide all materials needed for repairs including but not limited to thread, Velcro, shell, liner, moisture barrier, hardware, etc. The exception will be the complete replacement of the moisture barrier when the barrier is deemed outside of warranty. 3.5 ALTERATION SERVICES Bidder shall be solely responsible for the fittings of existing stock coats and trousers and necessary alterations of trousers and coats for a proper fit. Alterations will allow for re -sizing of coats and trousers to accommodate more common sizes. 3.6 MANAGEING INVENTORY The bidder will provide a facility, located within Miami Dade County, capable of storing and maintaining all MDFR protective garments currently stored at MDFR Logistics store, including but not limited to turnout gear, boots, helmets, gloves, and hoods. The successful bidder shall retrieve all spare gear at a mutually agreed upon time/date for its inventory and storage. Successful bidder shall insure that all equipment is issued in such a way that all gear is issued and used prior to the end of its approved useful life (ten years). 3.7 RECORD KEEPING AND REPORTING The County currently has approximately two -thousand (2,000) sets of turnout gear in the field which are barcoded by the manufacturer and showing the month and year of manufacture. The successful bidder shall establish a web based record keeping system. This system shall have the ability to record the following data fields for each piece of gear the bidder has stored for MDFR and cleaned: 1) Firefighter's name (Last, First, Middle Initial) 2) Firefighter's Employee ID 3) Firefighter's station (current work location) and shift 4) Date and condition when issued (MDFR will provide report weekly) 5) Type of gear 6) Size of gear 7) Manufacturer and Model name 8) Manufacturer's identification number or serial number 9) Month and year of Manufacture 10) Date of advanced inspection, cleaning, testing and repair 12/20/2017 8:36 AM p. 13 Miami -Dade County Solicitation FB-00664 11) Results of testing 12) Detailed description of all repairs 13) Findings at time of advanced inspection 14) Date of gear retirement (out of service) The bidder shall record the information shown in 1 through 14 above in a format that MDFR can manipulate and generate reports from, access will be via the internet. The inventory system shall allow MDFR to generate ad -hock reports sorted by any one of the fourteen fields. This access should be secure and should only be used and accessible by authorized County personnel. Reports shall be available at no cost to the County. The online reporting should include the garments processed during each scheduled pick-up and the name of the employee the gear is assigned to, as well as garments that are no longer suitable for service. In addition to the information listed above, the bidder shall provide an email notification on the amount of sets picked up from each location and provide the names of the personnel for that gear for accountability purposes. At the completion of the contract, accumulated data shall be provided to MDFR in a media capable of being accessed by the department. Within one week of the contract's completion stored gear shall be either returned to the MDFR Logistics Section or to the new vendor as directed by the County. Lost gear shall be reimbursed as per Section 2, Paragraph 2.5. 3.8 EMERGENCY EQUIPMENT Successful bidder's work site shall be equipped with a generator capable of providing for its electrical needs. The purpose of this generator is to insure the bidder is capable of providing the County with service in the event of the loss of power. 12/20/2017 8:36 AM p. 14 Miami -Dade County Solicitation FB-00664 SECTION 4 Pricing Reference Bidder Requirements Requirements Included with Bid Section 2, Paragraph 2.3A Bidder shall submit with its bid proposal form a copy of letter or certificate documenting the stated requirement by an independent third party including Intertek, Underwriters Laboratories, etc. ISP Certification submitted: Section 2, Paragraph 2.3B Attach certificate/letter that your firm is authorized by Globe Manufacturing Company and Lion Manufacturing. Globe Lion Section 2, Paragraph 2.3C Attach three (3) letters of reference. Letters submitted: Yes No 12/20/2017 8:36 AM p. 15 Miami -Dade County Solicitation FB-00664 TURN -OUT GEAR CLEANING, INSPECTION, REPAIR DECONTAMINATION AND TRACKING ITEM EST. ANNUAL USAGE DESCRIPTION Complete Set — Coat & Pants/including shells & liners UNIT PRICE 1 1,500 sets Advanced Cleaning - Complete Set $ 2 50 sets Biohazard Decontamination Cleaning - Complete Set $ 3 10 sets Heavy Soil/Removal Cleaning - Complete Set $ 4 1,500 ea. Advanced Cleaning Hood $ 5 5 ea. Advanced Cleaning Coat $ 6 5 ea. Advanced Cleaning Pant $ 7 5 pair Advanced Cleaning Fire Gloves $ 8 5 pair Advanced Cleaning Rubber Boots $ 9 5 pair Advanced Cleaning Leather Boots $ 10 5 ea. Advanced Cleaning Helmets $ 11 5 ea. Advanced Cleaning Belt $ 12 40 ea. Coat Shell Repair Collar $ 13 435 ea. Coat Shell Repair Flashlight Strap w/Velcro & Snap $ 14 5 ea. Coat Shell Replace Hanging Hook $ 15 60 ea. Coat Shell Install Rescue Harness $ 16 10 ea. Coat Shell Replace Mic/Tool holder Hook/Drag/Loop $ 17 75 ea. Coat Shell Repair Shoulder Pad $ 18 5 ea. Coat Shell Replace Storm Flap-D-Ring $ 19 420 ea. Coat Shell Replace Storm Flap -Hook or Loop $ 20 30 ea. Coat Shell Replace Storm Flap -Zipper $ 12/20/2017 8:36 AM p. 16 Miami -Dade County Solicitation FB-00664 21 5 ea. Coat Shell Replace Take-up Strap $ 22 5 ea. Coat Shell Replace Take-up Strap Buckle $ 23 5 ea. Coat Shell Replace Throat Closure - Entire (Hook or Loop) $ 24 5 ea. Coat Shell Replace Name Patch - Blank Attached w/Hook & Loop $ 25 5 ea. Coat Shell Replace Name Patch - Blank Sewn On $ 26 5 ea. Coat Shell Replace Reflective Letter on Name Patch $ 27 5 ea. Coat Shell Replace Reflective Letter on Shell $ 28 5 ea. Coat Shell Replace Pocket - Bellows (Full) $ 29 25 ea. Coat Shell Replace Pocket - Bellows (Semi) $ 30 20 ea. Coat Shell Replace Pocket - Hand Warmer $ 31 10 ea. Coat Shell Replace Pocket - Radio $ 32 5 ea. Coat Shell Replace Entire Sleeve $ 33 10 ea. Coat Shell Replace Cuff $ 34 20 ea. Coat Shell Replace Cuff w/Hook and Loop & Snap $ 35 30 ea. Coat Shell Replace Elbow Pad - 2 Piece w/Seam $ 36 30 ea. Coat Shell Replace Elbow Pad External $ 37 30 ea. Coat Shell Replace Elbow Pad Sewn In $ 38 20 ea. Coat Shell Replace Water well Only $ 39 5 ea. Coat Shell Replace Water well w/Wristlet $ 40 20 ea. Coat Shell Replace Wristlet Only $ 41 10 ea. Coat Shell Refl. Trim -Remove & Replace Hardware $ 42 10 ea. Coat Shell Refl. Trim -Remove & Replace Pocket $ 43 30 ea. Coat Shell Attach Reflective Flag $ 12/20/2017 8:36 AM p. 17 Miami -Dade County Solicitation FB-00664 44 10 ea. Coat Shell Replace Refl. Trim -one Band on Coat (Pleated Back) $ 45 180 ea. Coat Shell Replace Refl. Trim -one Band on Coat (Standard) $ 46 25 ea. Coat Shell Replace Refl. Trim -Vertical Band $ 47 270 ea. Coat Shell Replace Refl. Trim -Over Pocket $ 48 180 ea. Coat Shell Replace Refl. Trim -Under Pocket $ 49 170 ea. Coat Shell Replace Refl. Trim -Over Storm Flap $ 50 5 ea. Coat Liner Replace Hook or Loop on Collar $ 51 10 ea. Coat Liner Replace Zipper $ 52 5 ea. Coat Liner Heat Seal Water well in Sleeve $ 53 5 ea. Coat Liner Replace Hook or Loop on Cuff $ 54 5 ea. Coat Liner Replace Water well Only $ 55 5 ea. Coat Liner Replace Water well w/Wristlet $ 56 25 ea. Coat Liner Replace Wristlet Only $ 57 20 ea. Pant Shell Replace Fly-D-Ring $ 58 600 ea. Pant Shell Replace Fly Hook or Loop $ 59 5 ea. Pant Shell Replace Fly - Zipper Stop or Tab $ 60 120 ea. Pant Shell Replace Suspender Button $ 61 20 ea. Pant Shell Attached Boot Access Panel w/Zipper $ 62 100 ea. Pant Shell Replace Cuff $ 63 220 ea. Pant Shell Replace Knee Pad External $ 64 5 ea. Pant Shell Replace Knee Pad Padded $ 65 20 ea. Pant Shell Replace Knee Pad Sewn In $ 66 5 ea. Pant Shell Replace Knee Steam Channel - Make Complete $ 12/20/2017 8:36 AM p. 18 Miami -Dade County Solicitation FB-00664 67 10 ea. Pant Shell Replace Knee Pad Fly - Hook $ 68 5 ea. Pant Shell Replace Pocket - Bellow (Semi) $ 69 350 ea. Pant Shell Replace Reflective Trim - One Band on Leg $ 70 25 ea. Pant Shell Replace Reflective Trim - Vertical Band $ 71 10 ea. Pant Shell Replace Zipper $ 72 25 ea. Replace Misc. Hole or Tear Large $ 73 160 ea. Replace Misc. Hole or Tear Up to 3x3 $ 74 2220 ea. Replace Misc. Hook or Loop up to 12 inches $ 75 4015 ea. Replace Misc. Hole or Loop up to 2x2 $ 76 15 ea. Misc. Sewing - Repair Pocket (per 15 min.) $ 77 130 ea. Replace Small Hardware (Rivets, Snaps, Grommet) $ 78 20 ea. Replace Pocket Flat Only $ 79 15 ea. Replace Pocket - Neoprene Liner Only $ 80 5 ea. Replace Pocket - Reinforcement $ 81 20 ea. Replace Snap w/ Liner Attachment Strap in Sleeve/ Leg $ 82 5 ea. Replace Binding - per 12 inches $ 83 435 ea. Heat seal - per 12 inches $ 84 130 ea. Suspender Button $ 85 1 job After Hours Emergency Services call (Per Section 2.0 paragraph 2.11) — Flat fee based on any request outside of normal business hours $ 12/20/2017 8:36 AM p. 19 Miami -Dade County Solicitation FB-00664 12/20/2017 8:36 AM p. 20 Miami -Dade County Solicitation FB-00664 Submittal Form Solicitation No.FB-00664 Solicitation Title: Cleaning and repair of bunker gear Legal Company Name (include dlbla if applicable): Federal Tax Identification Number: I If Corporation - Date Incorporated/Organized: State Incorporated/Organized: Company Operating Address: City State Zip Code I * l Miami -Dade County Address (if applicable): I- City State Zip Code Company Contact Person: Email Address: r Phone Number (include area code): Company's Internet Web Address: Pursuant officer, entering • to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to into a contract with or receiving funding from the County. Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement. l nr:AI PREFERENCE (ERTIFI(ATInN• For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "local business" is a business located within the limits of Miami -Dade County that has a valid Local Business Tax Receipt issued by Miami -Dade County at least one year prior to bid submission; has a physical business address located within the limits of Miami -Dade County from which business is performed and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. El Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this time (by checking the box above) may render the vendor ineligible for Local Preference. 1 r)CAI I Y-I-IFAr)OIJARTFRFr) RIISINFSS CFRTIFICATIr)N' For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami -Dade County, a "locally -headquartered business" is a Local Business whose "principal place of business" is in Miami -Dade County. ❑ Place a check mark here only if affirming the Bidder meets requirements for the Locally -Headquartered Preference (LHP). Failure to complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP. The address of the Locally -Headquartered office is: LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami -Dade County and (b) prior to bid submission is certified by the State of Florida Department of Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes. • Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise. A copy of the certification must be submitted with the bid. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation's submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. 12/20/2017 8:36 AM p. 21 Miami -Dade County Solicitation FB-00664 Is Bidder'sfirm a Miami -Dade County Certified Small Business Enterprise? Yes 0 No 0 If yes, please provide Certification Number: i� SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and 215.473 of the Horde Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation, the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida's Government in the Sunshine Laws and Public Records Laws as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation. Bidder agrees that all such materials may be considered to be public records. The Bidder shall not submit any information in response to this Solicitation which the Ridder considers to be a trade secret proprietary or confidential In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a trade secret and authorizes the County to release such information to the public for any reason. Acknowledgment of Waiver: Bidder's Authorized Representative's Signature: Date I 1 Type or Print Name Type or Print Title * THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE BID NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER. Bidder's Authorized Representative's Signature: Date I l - Type or Print Name Type or Print Title * 12/20/2017 8:36 AM p. 22 Miami -Dade County Solicitation FB-00664 Miami -Dade County Contractor Due Diligence Affidavit Per Miami -Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval: (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition; (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami - Dade County or not. All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PC0)/ AE Selection Coordinator overseeing this solicitation. The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO. Contract No.: Contract Title: Federal Employer Identification Number (FEIN): 9 Printed Name of Affiant Printed Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code 'Votary Public Information Notary Public - State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me or has produced identification Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal 12/20/2017 8:36 AM p. 23 Miami -Dade County Solicitation FB-00664 M I Ail hOADE FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. ❑ NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Signature Date 12/20/2017 8:36 AM p. 24 Miami -Dade County Solicitation FB-00664 SUBCONTRACTOR/SUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10-34) Name of Bidder/Proposer: FEIN No. n accordance with Sections 2-8.1, 2-8.8 and 10.34 of the Miami -Dade County Cade, this form must be submited as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, ncluding professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identifed, except upon written approval of the county. The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below. In accordance with Ordinance No. 11-90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first fer subcontractors/suppliers. In the event that the recommended 3idder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, odor to final payment under the contract (Please duplicate this form if additional space is needed.) Business Name and Address of First Tier Direct Supplier Principal °wriSu Supplies/ Materials/ Services to be Provided Provided by PP lien Principal Owner (Enter the number of male end female owners y race/ethnicity) Employes(s) (Enter the number of male end female employees end the number of employees by racdalhnicity) M F White Black Hispanic AsianPacific Islander Native American/ Native Alaskan Other M F White Bla:k Hispanic 4sieaPBcific Islander Native American/ Native Alaskan qhi I I I I I I I I 1 I I 1 i 1 1 1 1 1 1 1 1 1 1 1 Business Name and Address of First Tier Subcontractor/ Subconsultant Principal Owner Scope of Work to be Performed by Subcontractor/ Subconsultant Owner (E ter the number of male and female owners by racerethnidty) Employee(s)Principal (Ent r the number of male end female employees end the number of employees by racdalhnicity) M F White Black Hispanic AsiamPacific Islander Native American/ Native Alaskan Other M F White Bla:k Hispanic 5sieaPacific Islander Native American/ Native Alaskan Othi I I 1 1 Ll Mark here if race, gender and ethnicity information is not available and will be provided at a later date. This data may be submitted to contracting department or on- line to the Smell Business Development of the Interne) Services Department et h00:/Mwa.memdede.Awhwinashwin development-comracts.esp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 203 form which can be found et http:/Avww.miamidadagov/business/library/forms/subcontrectors-payment.pdf. 1 certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate. Signature of Bidder/Proposer Print Name Print Title Date 12/20/2017 8:36 AM p. 25 Miami -Dade County Solicitation FB-00664 Question and Answers for Solicitation #FB-00664 - Cleaning and repair of bunker gear Overall Solicitation Questions There are no questions associated with this Solicitation. 12/20/2017 8:36 AM p. 26 Detail by Entity Name Page 1 of 2 Florida Department of State �+1, �:vrg �S`i i.tcj l Of Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company MBGC, LLC Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Principal Address 3795 NW 38 Street Miami, FL 33142 Changed: 02/13/2017 Mailing Address 780 East 134 Street Bronx, NY 10454 L11000011932 80-0680015 01/28/2011 02/01/2011 FL ACTIVE Changed: 11/03/2016 Registered Agent Name & Address XIRAS, JOSEPH 3795 NW 38 STREET MIAMI, FL 33142 Name Changed: 04/24/2013 Address Changed: 04/24/2013 Authorized Person(s) Detail Name & Address Title MGRM XIRAS, JOSEPH X 154-06 19TH AVE. WHITESTONE, NY 11357 Annual Reports Report Year Filed Date http ://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/1 5/2020 Detail by Entity Name Page 2 of 2 2018 01 /14/2018 2019 01 /12/2019 2020 01 /16/2020 Document Images 01 /16/2020 -- ANNUAL REPORT 01/12/2019 -- ANNUAL REPORT 01/14/2018 -- ANNUAL REPORT 02/13/2017 -- ANNUAL REPORT 11/03/2016 -- AMENDED ANNUAL REPORT 02/14/2016 -- ANNUAL REPORT 01/07/2015 -- ANNUAL REPORT 01/08/2014 -- ANNUAL REPORT 06/11/2013 -- ANNUAL REPORT 03/21/2013 -- Reg. Agent Resignation 04/25/2012 -- ANNUAL REPORT 01/28/2011 -- 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 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 Florida Department of State, Division of Corporations http ://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/1 5/2020