Loading...
HomeMy WebLinkAbout25048AGREEMENT INFORMATION AGREEMENT NUMBER 25048 NAME/TYPE OF AGREEMENT JOHN TO GO FLORIDA LLC DESCRIPTION SUPPLEMENTAL AGREEMENT/RENTAL OF PORTABLE CHEMICAL TOILETS/FILE I D : 08-00716/R-08-0381 /MATTER I D : 24-1149 EFFECTIVE DATE June 20, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 6/18/2024 DATE RECEIVED FROM ISSUING DEPT. 6/24/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Aimee Gandarilla EXT. 1906 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: John to Go Florida LLC IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): Supplemental Agreement MDC with John to go Florida LLC for Rental of Portable Chemical Toilets EVN0000440. COMMISSION APPROVAL DATE: 7/10/2008 FILE ID: 08-00716 ENACTMENT NO.: 08-0381 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT OFFICER June 13, 2024 Annie Perez, CPPO I 16:43:15 T—s9netle. SIGNATURE: A µ N 44 RISK MANAGEMENT June 14, 2024 Ann -Marie Sharpe I 06:56:21 EDT_s;ge,,, SIGNATURE: raaa.f �v, CITY ATTORNEY matter 24-1149 June 17, 2024 rQQ S5YpSQng III SI NAT RE: ,00—.e G<,oT (Alsow) III ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER June 17, 2024 Larry Spring, CPA I 12 : 55 : 38 Ep_TD_ . „ SIGNATURE: SPA ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS Barbara Hernandez, MPA SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE Asael Marrero SIGNATURE: DEPUTY CITY MANAGER Natasha Colebrook -Williams SIGNATURE: CITY MANAGER June 18, 2024 q 08th5�4:38rIEDT V u5ignetlby SIGNATURE: m CITY CLERK June 18, 2024 Todd Hannon I 17:50:18 E, ko , SIGNATURE: _--- PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Victoria Giraldo Contact Person Procurement Contracting Officer Title 6/13/2024 Date: Procurement Requesting Client (305) 416-1916 Telephone Legal Service Requested: Matter 24-1149: Supplemental Agreement MDC with John to go Florida LLC for Rental of Portable Chemical Toilets EVN0000440. Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. All attorneys in the Office of the City Attorney shall fully comply with the Rules Regulating the Florida Bar. For Legal Services requesting an opinion from the Office of the City Attorney: Issue opinion in writing. Publish opinion after issuance. Authorized by: Annie Perez Date response requested by: BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Date: File No. Approved by: Ultimate Client: Comments: D / R Date: Copy returned to Requesting Client Type: Matrix: Category: Copy to Ultimate Client rev. 04/14/2017 PROFESSIONAL SERVICES AGREEMENT OVERVIEW PSA TITLE: MDC-EVN0000440 Rental of Portable Chemical Toilets 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer — Authority level of $ ❑ City Manager — Authority level of $ • City Commission — RESOLUTION No. 08-0381 2. PROCUREMENT METHOD: ❑ RFP/RFQ ❑ IFB ❑ SOLE SOURCE • PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. WHAT IS THE SCOPE OF SERVICES? Rental and/or services of rental of portable chemical toilets 4. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? OCI, Parks and District Offices 5. IS THE AWARDEE INCUMBENT? No. 6. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? The price is lower than the past contract. 7. WHEN DOES THE CURRENT CONTRACT EXPIRE? The past contract expired on 5/31/24. 8. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? Approximately $210,000 in the term of the contract. 9. WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? The method of award was based on Group by Group. CITY OF MIAMI SUPPLEMENTAL AGREEMENT TO MIAMI-DADE COUNTY CONTRACT NO. EVN0000440 WITH JOHN TO GO FLORIDA, LLC FOR RENTAL OF PORTABLE CHEMICAL TOILETS The City of Miami ("City") is accessing Miami -Dade County Contract No. EVN0000440 with John to Go Florida LLC ("John to Go") for Rental of Portable Chemical Toilets ("Services"), made and entered effective as of June 1, 2024, is attached hereto and is incorporated by reference herein ("Contract"). This Supplement Agreement to said Contract includes City legal requirements ("Agreement"). The term of this Agreement is as stated in Contract Section 2.3 and consists of a five (5) year term. The effective date of access by the City is June 20, 2024 a) Vendor Responsibilities: A. Vendor(s) has agreed to furnish the Portable Chemical Toilets further described in the Contract, as indicated in the Scope of Work of the Contract Section 3 Technical Specifications, as attached, with the following exceptions: 1. All references to "Miami -Dade County" or the "County" shall be deleted and replaced with the "City" as applicable throughout the Exhibit. 2. All references to "County Commission" shall be stricken and replaced with the "City Commission" as applicable throughout the Solicitation. B. Vendor shall provide the Rental of Portable Chemical Toilets to the City. C. Vendor's responsibilities will commence on the effective date of this Agreement. b) Contract Section 1.16, titled Subcontracting, is hereby deleted in its entirety and replaced with the following language: Independent Contractor: This Agreement does not create an employee/employer relationship between the parties. It is the express intent of the parties that Vendor(s) is an independent Contractor under this Agreement and not the City's employee for all purposes, including, but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, any benefits under the City Pension Ordinances, and the State unemployment insurance law. Vendor(s) shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Vendors activities and responsibilities hereunder. Vendor(s) agrees that it is a separate and independent enterprise from the City, that it has full opportunity to find other business, that it makes its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship, joint venture partnership or other affiliated entity status between Vendor(s) and the City and the City shall not be liable for any obligation incurred by Vendor(s), including, but not limited to, unpaid minimum wages and/or overtime premiums. In this regard, the City shall not be responsible for any debts, defaults, acts or omissions of Vendor(s) or its officials, agents, servants and employees. c) Contract Section 1.18, titled Assignment, is hereby deleted in its entirety and replaced with the following language: Assignment: Vendor was selected for these Services due to their particular and unique experience in the subject matter of this Agreement which Agreement is not freely assignable or transferable. This Agreement shall not be assigned, sold, transferred, or otherwise sold, by Vendor, in whole or in part, and Vendor shall not assign any part of its operations, without the prior written consent of the City Manager, which may be denied, withheld, or conditioned, in the City's sole discretion, through the City Manager. Vendor shall have no recourse from the City Manager's refusal to approve this Assignment, other than to cancel the Agreement. d) Contract Section 1.21, titled Indemnification, is hereby deleted in its entirety and replaced with the following language: Indemnification: A. Vendor shall further indemnify, defend (at its own cost), save and hold harmless the City, its officers, agents, directors, employees, agencies, and instrumentalities (individually and collectively the "Indemnitees") against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the Services, even if it is alleged that the lndemnitees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, Vendor shall, upon written notice from the City, resist and defend (at its own cost) such action or proceeding by counsel satisfactory to the City. Vendor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Vendor shall in no way limit the responsibility to indemnify, defend, save and hold harmless the lndemnitees as herein provided. B. The indemnification provided above shall obligate Vendor to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by Vendorersons employed or utilized by Vendor(s). C. These duties shall survive the cancellation or expiration of the Agreement. This Section shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. D. Vendor shall require all subcontractor agreements to include a provision that each subcontractor shall indemnify the City in substantially the same language as this Section. Vendor 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 Vendor in which the City participated either through review or concurrence of Vendor's actions. In reviewing, approving or rejecting any submissions by Vendor or other acts of Vendor, the City, in no way, assumes or shares any responsibility or liability of Vendor or subcontractors under this Agreement. E. Ten dollars ($10.00) of the payments made by the City shall constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by Vendor(s). Page 2 of 11 e) Contract Section 1.22, titled Insurance Requirements, is hereby deleted in its entirety and replaced with the following language: Insurance Requirements: Vendor shall provide and maintain, in force at all times during the Agreement with the City, such insurance, including Workers' Compensation and Employer's Liability Insurance, Comprehensive General Liability Insurance, Automobile Liability Insurance and Errors and Omissions Insurance, as may be applicable and required, to assure the protection contained in the foregoing indemnification undertaken by Vendor. I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Personal and Adv. Injury Products/Completed Operations B. Endorsements Required $1,000,000.00 $2,000,000.00 $1,000,000.00 $ 1,000,000.00 City of Miami listed as additional insured. Contingent & Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000.00 B. Endorsements Required City of Miami listed as an additional insured. III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability $100,000.00 for bodily injury caused by an accident, each accident $100,000.00 for bodily injury caused by disease, each employee $500,000.00 for bodily injury caused by disease, policy limit Page 3 of 11 IV. Umbrella Liability Combined Single Limit Each Occurrence General Aggregate Limit $1, 000, 000.00 $1, 000,000.00 City of Miami listed as an additional insured. Coverage is excess over the general liability and auto policies The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance with policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by the City's Risk Management Department prior to insurance approval. A Certificate of Insurance acceptable to the City shall be provided listing the above coverages and providing thirty (30) days prior written notice to the City in the case of cancellation. The City shall be named as an additional insured on all liabilities, except professional liability and workers' compensation coverage, as may be applicable and required. A copy of the certificate shall be mailed to the City's Risk Management Department at the time Vendor executes this Agreement. f) Contract Section 1.25, titled Termination for Convenience, is hereby deleted in its entirety and replaced with the following language: Termination for Convenience: The City, acting by and through its City Manager, shall have the right to terminate this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to Vendor at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Vendor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Vendor(s) for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental damages. Vendor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. g) Contract Section 1.35, titled Audits — Access to Records, is hereby deleted in its entirety and replaced with the following language: Audit and Inspection Rights and Records Retention: A. Vendor agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Vendor which are directly pertinent to this Agreement, for the purpose of audits, examinations, excerpts, and transcripts. The City may, at Page 4 of 11 reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Vendor under this Agreement and closure of all other pending matters, audit and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Vendor which are related to Vendor(s)'s performance under this Agreement. Vendor agrees to maintain all such books, documents, papers, and records at its principal place of business in Miami -Dade County, or its local office in Miami -Dade County or to otherwise make them available in Miami -Dade County. Vendor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate termination of this Agreement by the City. B. The City may, at reasonable times during the term hereof, inspect Vendor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Vendor under this Agreement conform to the terms hereof. Vendor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All audits, tests, and inspections shall be subject to, and made in accordance with, the provisions of Sections 18-99, 18-100, 18- 101, and 18-102 of the Code of the City of Miami, Florida ("City Code"), which Sections apply to this Agreement, as same may be amended or supplemented, from time to time. h) Contract Section 1.50, titled Nondiscrimination, is hereby deleted in its entirety and replaced with the following language: Non -Discrimination, Equal Employment Opportunity, and Americans with Disabilities Act: Vendor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Vendor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Vendor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Vendor affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under this Agreement. Furthermore, Vendor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and the employment of personnel, Vendor shall not discriminate against any person based on race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. i) Contract Section 1.51, 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: Public Records: A. Vendor 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 Page 5 of 11 Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable laws. Vendor'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. Vendor 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 Agreement term and following completion of the Agreement if Vendor 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 Vendor or keep and maintain public records required by the City to perform the Services, if Vendor transfers all public records to the City upon completion of the Agreement, Vendor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if Vendor keeps and maintains public records upon completion of the Agreement, Vendor 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, Vendor 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 determine to dispute any public access provision required by Florida Statutes, then Vendor shall do so at its own expense and at no cost to the City. IF VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE AGREEMENT, 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 S.W. 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. VENDOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY DEPARTMENT WHICH IS ADMINISTERING THIS AGREEMENT. j) Contract Section 1.60, Force Majeure, is hereby deleted in its entirety and replaced with the following language: Force Maieure: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, 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. Page 6 of 11 The following clauses are added to this Agreement: k) Notices: TO THE CITY: Arthur Noriega V City Manager City of Miami 3500 Pan American Drive Miami, Florida 33133 George K. Wysong III City Attorney City of Miami 444 S.W. 2nd Avenue, 9th Floor Miami, Florida 33130 Annie Perez, CPPO Procurement Director City of Miami 444 S.W. 2nd Avenue, 6th Floor Miami, Florida 33130 TO VENDOR: John to Go Florida LLC 29055 SW 107 Ave Homestead, FL 33033 1) Applicable Law. Venue. and Attorneys' Fees: This Agreement with the City shall be governed by and construed under the laws of the State of Florida regardless of choice or conflict of laws principles. Venue in any proceedings between Vendor and the City shall be in a court of competent jurisdiction located in Miami -Dade County, Florida. Each party shall bear their own respective attorneys' fees. m) Laws and Ordinances Vendor shall be responsible for following and observing all applicable laws, rules, regulations, and ordinances of the City, County, State, or Federal governments or other public agencies having jurisdiction over the subject matter of this Agreement relating to the activities, undertakings and operations being conducted pursuant to this Agreement. n) Mediation: These parties may, at their discretion, agree in writing to resolve any dispute between them arising under this Agreement by submitting such dispute to non —binding mediation by a certified mediator in Miami -Dade County, Florida. The parties shall split the cost of the mediator. The decision of the mediator shall not be binding. o) Contingency Clause: Page 7of11 Funding for this Agreement is contingent on the availability of funds and continued authorization for the Services 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. p) City Not Liable for Delays: q) Vendor hereby understands and agrees that in no event shall the City be liable for, or responsible to Vendor or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in Services herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. Use of Name: Vendor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity related purposes. Vendor is allowed, within the limited scope of normal and customary marketing and promotion of its Services, to use the general results of this Agreement and the name of the City. Vendor agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. r) No Conflict of Interest: Pursuant to Section 2-611 of the City Code, regarding conflicts of interest, Vendor hereby certifies to the City that no individual member of Vendor, 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. Vendor hereby represents and warrants to the City that throughout the term of this Agreement, Vendor, its employees, and its subcontractors will abide by this prohibition of the City Code. s) No Third -Party Beneficiary: No persons other than Vendor and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. t) Survival: 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. u) Truth -in -Negotiation Certification. Representation and Warranty: Vendor hereby certifies, represents, and warrants to the City that on the date of Vendor's execution of this Agreement, and for so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Vendor under this Agreement are and will continue to be accurate, complete, and current. Vendor understands, agrees, and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the Agreement price of compensation hereunder was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such Agreement adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant to the provisions hereof. Page 8 of 11 v) Counterparts: Electronic Signatures: This Agreement may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose 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. w) E-Verify Employment Verification: By entering into this Agreement, Vendor and its subcontractors are jointly and severally obligated to comply with the provisions of Section 448.095, Florida Statutes, as amended, titled "Employment Eligibility." Vendor affirms that (a) it has registered and uses the U.S. Department of Homeland Security's E-Verify system to verify the work authorization status of all new employees of Vendor; (b) it has required all subcontractors to this Agreement to register and use the E-Verify system to verify the work authorization status of all new employees of the subcontractor; (c) Vendor can provide an affidavit from all subcontractors to this Agreement attesting that the subcontractor does not employ, contract with, or subcontract with, unauthorized aliens; and (d) it shall maintain copies of any such affidavits for the duration of the Agreement. Registration information is available at: http://www.uscis.gov/e-verify. If the City has a good faith belief that Vendor has knowingly violated Section 448.09(1), Florida Statutes, then City shall terminate this Agreement in accordance with Section 448.095(5)(c), Florida Statutes. In the event of such termination, Vendor agrees and acknowledges that it may not be awarded a public contract for at least one (1) year from the date of such termination and that Vendor shall be liable for any additional costs incurred by the City because of such termination. In addition, if City has a good faith belief that a subcontractor has knowingly violated any provisions of Sections 448.09(1) or 448.095, Florida Statutes, but Vendor has otherwise complied with its requirements under those statutes, then Vendor agrees that it shall terminate its contract with the subcontractor upon receipt of notice from the City of such violation by subcontractor in accordance with Section 448.095(5)(c), Florida Statutes. Any challenge to termination under this provision must be filed in the Circuit or County Court by the City, Vendor, or subcontractor no later than twenty (20) calendar days after the date of said termination. Page 9 of 11 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. ATTEST: By: Print Name: Title: "John to Go" or "Vendor" JOHN TO GO FLORIDA LLC, a foreign limited liability company authorized to conduct business in Florida \fi By: Print Name: MO' 4'1 627 1 Title: ii\f\ 156 (Corporate Seal) (Authorized Corporate Officer) ATTEST: DocuSigned by: DocoS,. by: "City" CITY OF MIAMI, a Florida municipal corporation QvituA Neritper" §sror�sraa.®... a5nereer,+ysnaa_. Todd B. Hannon, City Cle 'k Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DS �DocoS: w Gc,er/,igeetl byU1ise�,� III Georg'elr Wysong III (Matter 24-1149) City Attorney APPROVED AS TO INSURANCE REQUIREMENTS: ,..-DocoSlgeetl by: 141 Ann -Marie Sharpe Risk Management Director COMPANY RESOLUTION (This Resolution needs to authorize the signatory to sign.) WHEREAS, To o G a (Company type: Inc., LLC), desires to enter into this Agreement with the City for the purpose of performing the Services described in the Agreement to which this Resolution is attached; and WHEREAS, the MIA, jIA, (Ate -'" (Board type: Board of Directors for Inc., Board of Managers for LLC) at a duly held Company Meeting has considered the matter in accordance with the Bylaws of the Company; Jol1n OD NOW, THEREFORE, BE IT RESOLVED BY THE BOARD of (same as identified immediately above) that this Company is authorized to enter into the Agreement with the City, and the '\e_,N}( (Company officer title)and the V"1CV\OtX \ox" (Company officer title) are hereby authorized and directed to execute the Agreement in the name of this Company and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this 1 day of 1-06, Jo 4-16AdaU� An ("Vendor") (State) Company (sign) Print Name: (; e G Mu) Title: CV1fi W (Mce V (sign) Print Name: Title: , 202 4 Page 11 of 11 5/8/24, 4:44 PM Detail by Entity Name DIVISION OF CORPORATIONS Dim DA Dif urn official lilac of Fk rltu svelza Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Limited Liability Company JOHN TO GO FLORIDA LLC Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 29055 SW 107TH AVE HOMESTEAD, FL 33033 Mailing Address 21 VAN NATTA DR RINGWOOD, NJ 07456 M23000011404 93-3005381 09/01/2023 DE ACTIVE LC AMENDMENT 09/08/2023 NONE Changed: 09/08/2023 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Authorized Person(s) Detail Name & Address Title MGR MATTHEWS, NELSON 635 BRYANT ST. PALO ALTO, CA 94301 Title MGR https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=JOHNTO... 1 /2 5/8/24, 4:44 PM PICKERD, DAVID 635 BRYANT ST. PALO ALTO, CA 94301 Title MANAGER MARTINEZ, ANGELO 21 VAN NATTA DR RINGWOOD, NJ 07456 Annual Reports Detail by Entity Name Report Year Filed Date 2024 03/07/2024 Document Images 03/07/2024 --ANNUAL REPORT View image in PDF format 09/08/2023 -- LC Amendment View image in PDF format 09/01/2023 -- Foreign Limited View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/I nquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&search NameOrder=JOH NTO... 2/2 MIAMIDADE COUNTY miamidade.gov February 20, 2024 T0: All Responding Proposers/Bidders (See Distribution List) SUBJECT: EVN0000440 — Rental of Portable Chemical Toilets Dear Proposers/Bidders: STRATEGIC PROCUREMENT DEPARTMENT 111 NW 1ST Street • Suite 1300 Miami, Florida 33128 - 1974 Evaluation of proposals/bids tendered in response to the subject solicitation has been completed. The County Mayor or designee recommends award of this contract to; John to Go Florida, LLC. This notice is provided in accordance with Section 2-8.4 of the Code of Miami -Dade County. The provision of this notice also serves to confirm the termination of the Cone of Silence from this procurement action as dictated by Section 2-11.1(t) of the Code of Miami -Dade County. The Strategic Procurement Department appreciates the participation of all vendors who responded to the subject solicitation. If you have any questions please contact me at 305-375-4693 or via email at sherry.crockett@miamidade.gov. Sincerely, e-r)y Cr; (6 etc%t, Procurement Contracting Officer Distribution List: A.E.S Portable Sanitation, Inc. Doodie Calls, Inc. Friendly John, Inc. Technology Partners Group, LLC YML Portable Restrooms, LLC Attachment: County Mayor Award Recommendation c: Clerk of the Board OFFICIAL FILE COPY CLERK OF THE BOARD OF COUNTY COMMISSIONERS MIAMI-DADE COUNTY, FLORIDA Date: April 2, 2024 M IAMI DADS Memorandum =o�N To: Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners From: Daniella Levine Cava Mayor Subject: Agenda Item No. 8(P)(5) w . rat.- Resolution No. R-271-24 L Recommendation to Award Contract for Rental of Portable Chemical Toilets Summary This item is for the rental of portable chemical toilets for multiple County departments. The contract will provide for the delivery, servicing, and pick up of rented portable chemical toilets, sinks, and sanitation trailers. Servicing may include cleaning services and stocking of supplies, as well as pumping out of waste from County -owned storage tanks. Departments will utilize the contract for toilet and sanitation needs for County events and to supplement facilities without nearby restrooms. Approval of this item will provide PortMiami with additional restrooms to use while cruise terminals are under construction, supplement Parks Recreation and Open Spaces (PROS) facilities without nearby restrooms, provide Water and Sewer Department (WASD) with restrooms at construction sites for construction projects, as well as at pump stations that do not have this accommodation for employees usage, and provide restrooms at the Miami International Airport for airline and airport partner staff in airside areas where permanent restroom facilities are not available or are temporarily disabled. Additionally, approximately 20 percent of the requested allocation will be reserved for use by departments for emergency declarations. The products and services provided under this contract are required for departments to comply with all applicable governmental standards to include, but not limited to, those issued by the Occupational Safety and Health Administration (OSHA), Florida's Department of Health (FDOH), and Miami -Dade County. Recommendation It is recommended that the Board of County Commissioners (Board) approve a competitive contract award, Contract No. EVN0000440, Rental of Portable Chemical Toilets, to John to Go Florida, LLC for multiple County departments in the amount of $3,617,492 for a five-year term. This contract will replace FB-00980, which was approved by the Board on January 23, 2019, via Resolution No. R-42-19 with an allocation of $2,670,000. The contract was subsequently modified under delegated authority for $373,893 in additional expenditure authority. Background An Invitation to Bid (ITB) was issued under full and open competition on October 4, 2023. On the closing date of November 2, 2023, the County received six bids, including five from local firms. Upon advertisement of the solicitation, a total of 96 vendors were notified. Outreach efforts included contacting vendors identified through market research, as well as notifying the incumbent vendor. Market research revealed multiple local vendors were able to provide the required services in accordance with the specifications. The contract provides for the rental of portable chemical toilets utilized for toilet sanitation needs for multiple County departments to ensure the safety and health of workers and the public, in compliance with all applicable governmental standards. The contract contains two groups: Group 1: Non -Federally Funded Departments and Group 2: Federally Funded Departments. The Miami - Dade Aviation Department (MDAD) has the highest allocation and will utilize this contract to provide portable lavatory facilities for tenants and employees working in the airside ramp areas; and for special and training events, such as the annual 5K run, cargo tenant meetings, first M DC001 Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners Page 2 responder training, natural disasters, and/or emergency situations. PortMiami has the second largest allocation and will utilize this contract to provide portable toilets in parking garages and other locations to facilitate debarking cruise passengers and other uses such as construction and renovation job sites. Scope The scope of this item is countywide in nature. Fiscal Impact/Funding Source The fiscal impact for the five-year term is $3,617,492. The current contract is valued at $3,043,893 for a five-year and three-month term and expires on May 31, 2024. The unit pricing for all line items is substantially the same as the current contract; however, the annualized allocation under the replacement contract is higher than the current contract due to an allocation of $835,000 that is reserved for natural disasters or other emergency declarations throughout the term of the contract. Department Allocation Funding Source Contract Manager Animal Services $34,000 Proprietary Funds Lia Rodriguez MDAD $1,000,000 Proprietary Funds Angel Castro Corrections and Rehabilitation $12,000 General Fund Emilio Palma Fire Rescue $50,000 Fire District/Federal Funds Marianela Betancourt PROS $340,000 General Fund Fernando L. Robreno Police* $500,000 General Fund Nicholas A. Santos PortMiami $600,000 Proprietary Funds Frank Ramirez Regulatory and Economic Resources $4,000 Proprietary Funds Joel Arango, Jr. Solid Waste Management $30,000 General Fund/Proprietary Funds Michael Murphy Transportation and Public Works $23,000 DTPW Operating Melvin Cartagena WASD $189,492 Proprietary Funds Fredrick Taylor Unallocated $835,000 Multiple Multiple Total $3,617,492 * This contract contains termination for convenience provisions, which can be exercised if the commodities and/or services in this item are affected by the establishment of the constitutional offices. Track Record/Monitor Manuel Jimenez of the Strategic Procurement Department (SPD) is the Procurement Contracting Manager. Delegated Authority If this item is approved, the County Mayor or County Mayor's designee will have the authority to give notice of this award to the recommended vendor, issue the appropriate purchase orders to give effect to same and exercise all provisions of the contract, including any cancellation or extensions, pursuant to Section 2-8.1 of the County Code and Implementing Order 3-38. M DC002 Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners Page 3 Vendor Recommended for Award An ITB was issued under full and open competition, and six bids were received in response to the solicitation. The recommended vendor was the lowest bidder for Groups 1 and 2. Vendor Principal Address Local Address Number of Employee Residents Principal 1) Miami -Dade 2) Percentage* John to Go Florida, LLC 29055 SW 107 Avenue Homestead, FL Same 7 Nelson Matthews 10% *Provided pursuant to Resolution No. R-1011-15. Percentage of employee residents is the percentage of vendor's employees who reside in Miami -Dade County as compared to the vendor's total workforce. Vendors Not Recommended for Award Vendor Local Address Reason for Not Recommending A.E.S. Portable Sanitation, Inc. Yes Higher than lowest bidder Doodie Calls, Inc. No Friendly John, Inc. Yes Technology Partners Group, LLC Yes YML Portable Restrooms, LLC Yes Due Diligence Pursuant to Resolution No. R-187-12, due diligence was conducted in accordance with SPD's Procurement Guidelines to determine vendor responsibility, including verifying corporate status and that there are no performance and compliance issues through various vendor responsibility lists and a keyword internet search. The lists that were referenced included convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal excluded parties. There were no adverse findings relating to vendor responsibility. Pursuant to Resolution No. R-140-15, prior to re -procurement, a full review of the scope of services was conducted to ensure the replacement contract reflects the County's current needs. The review included conducting market research, posting a draft solicitation for industry comments, and holding meetings and drafting sessions with the user departments. The scope of services was updated to include additional services. Applicability of Ordinances and Contract Measures • The two percent User Access Program applies where permitted by funding source. • The Small Business Enterprise Bid Preference was applicable to Group 1. • The Local Preference applied where permitted by funding source. • The Living Wage Ordinance does not apply. Jimmy Morales Chief Operations Officer M DC003 MEMORANDUM (Revised) TO: FROM: Honorable Chairman Oliver G. Gilbert, III and Members, Board of County Commissioners onzon-Keenan County Attorney DATE: April 2, 2024 SUBJECT: Agenda Item No. 8(13)(5) Please note any items checked. "3-Day Rule" for committees applicable if raised 6 weeks required between first reading and public hearing 4 weeks notification to municipal officials required prior to public hearing Decreases revenues or increases expenditures without balancing budget Budget required Statement of fiscal impact required Statement of social equity required Ordinance creating a new board requires detailed County Mayor's report for public hearing No committee review Applicable legislation requires more than a majority vote (i.e., 2/3's present , 2/3 membership , 3/5's , unanimous , CDMP 7 vote requirement per 2-116.1(3)(h) or (4)(c) , CDMP 2/3 vote requirement per 2-116.1(3)(h) or (4)(c) , or CDMP 9 vote requirement per 2-116.1(4)(c)(2) ) to approve Current information regarding funding source, index code and available balance, and available capacity (if debt is contemplated) required M DC004 Approved Mayor Agenda Item No. 8(P)(5) Veto 4-2-24 Override RESOLUTION NO. R-271-24 RESOLUTION APPROVING AWARD OF CONTRACT NO. EVN0000440 GROUP 1 (NON -FEDERALLY FUNDED DEPARTMENTS) AND GROUP 2 (FEDERALLY FUNDED DEPARTMENTS) TO JOHN TO GO FLORIDA, LLC FOR THE RENTAL OF PORTABLE CHEMICAL TOILETS FOR MULTIPLE COUNTY DEPARTMENTS IN A TOTAL AMOUNT NOT TO EXCEED $3,617,492.00 FOR A FIVE-YEAR TERM; AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR'S DESIGNEE TO GIVE NOTICE OF THIS AWARD TO THE RECOMMENDED VENDOR, ISSUE THE APPROPRIATE PURCHASE ORDERS TO GIVE EFFECT TO SAME AND EXERCISE ALL PROVISIONS OF THE CONTRACT, INCLUDING ANY CANCELLATION OR EXTENSIONS, PURSUANT TO SECTION 2-8.1 OF THE CODE OF MIAMI- DADE COUNTY, FLORIDA AND IMPLEMENTING ORDER 3- 38 WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves award of Contract No. EVN0000440 Group 1 (Non -Federally Funded Departments) and Group 2 (Federally Funded Departments) to John to Go Florida, LLC for the rental of portable chemical toilets for multiple County departments in a total amount not to exceed $3,617,492.00 for a five- year term; and authorizes the County Mayor or County Mayor's designee to give notice of this award to the recommended vendor, issue the appropriate purchase orders to give effect to same and exercise all provisions of the contract, including cancellation or extensions, pursuant to section 2-8.1 of the Code of Miami -Dade County, Florida and Implementing Order 3-38. A copy of the contract document is on file with and available upon request from the Strategic Procurement Department. M DC005 Agenda Item No. 8(P)(5) Page No. 2 The foregoing resolution was offered by Commissioner who moved its adoption. The motion was seconded by Commissioner and upon being put to a vote, the vote was as follows: Oliver G. Gilbert, III, Chairman Anthony Rodriguez, Vice Chairman Marleine Bastien Kevin Marino Cabrera Roberto J. Gonzalez Danielle Cohen Higgins Kionne L. McGhee Micky Steinberg aye aye aye aye aye aye Eileen Higgins Kevin Marino Cabrera aye aye Juan Carlos Bermudez Sen. Rene Garcia Keon Hardemon Eileen Higgins Raquel A. Regalado aye absent aye aye aye The Chairperson thereupon declared this resolution duly passed and adopted this 2nd day of April, 2024. This resolution shall become effective upon the earlier of (1) 10 days after the date of its adoption unless vetoed by the County Mayor, and if vetoed, shall become effective only upon an override by this Board, or (2) approval by the County Mayor of this resolution and the filing of this approval with the Clerk of the Board. Approved by County Attorney as to form and legal sufficiency. Melanie J. Spencer MIAMI-DADE COUNTY, FLORIDA BY ITS BOARD OF COUNTY COMMISSIONERS JUAN FERNANDEZ-BARQUIN, CLERK By: Basia Pruna i Deputy Clerk M DC006 42 Contract No.: Contract Title: Contract Term: Phone: Email: M IAM I•DADE COUNTY ROADMAP EVN0000440 Rental of Portable Chemical Toilets June 1, 2024 — May 31, 2029 305.375.4693 sherry.crockett@miamidade.gov A. Contract Overview: The County requires a variety of rental portable chemical toilets, sinks, sanitation trailers, maintenance services for rented toilets, sinks, and sanitation trailers; as well as pump -out services for underground holding tanks, on as needed basis, for multiple County department;. B. Awarded Vendors: Company Name Supplier ID Group, Brand, or Manf. Child Contract No. John to Go Florida, LLC 0000103248 Group 1 Non -Federally Funded Departments 0000017202 John to Go Florida, LLC 0000103248 Group 2 Federally Funded Departments 0000017230 Vendor Contact Information: Abe Breuer 845.362.2300 abeb@johntogo.com C. Additional Pertinent Information Always refer to contract document posted in INFORMS for full contract terms and conditions. See attached link to the contract documents posted in INFORMS. http://supplier.miamidade.gov/ D. Insurance: Prior to issuing a purchase order, department shall check the vendor's insurance here: https://intrax.miamidade.gov/Apps/ISD/RMDInsCertificats to ensure compliance with the contract. INSURANCE REQUIREMENTS Pursuant to Section 1.22, Insurance Requirements, of the General Terms and Conditions, Paragraph A, are superseded and replaced as follows: The Awarded Bidder(s) shall furnish to the Vendcr Outreach & Support Services Section, 111 NW 1st Street, Suite 1300, Miami, Florida 33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: 1. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. Failure to maintain such insurance throughout the term of the Contract shall be a cause for debarrnent under Section 10-38of the Code of Miami - Dade County. 2. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregate, not to exclude coverage for Products and Completed Operations. Miami -Dade County must be shown as an additional insured with respect to this coverage. 1 May 3, 2024 M IAM I•DADE COUNTY ROADMAP 3. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000* combined single limit per occurrence for bodily injury and property damage. *Under no circumstances are the Awarded Bidder(s) permitted on the Aviation Department Aircraft Operating Airside (AOA) at Miami International Airport without increasing automobile coverage to $5,000,000 combined single limit per occurrence for bodily injury and property damage. Only vehicles owned or leased by the Awarded Bidder(s) will be authorized. Vehicles owned by individuals will not be authorized. $1,000,000 combined single limit per occurrence for bodily injury and property damage applies at all other airports. E. Pricing: A. Group 1: RENTAL OF PORTABLE CHEMICAL TOILETS FOR NON -FEDERALLY FUNDED DEPARTMENTS Item No. Annual Estimated Quantity Unit of Measure Description Unit Price 1 150 Daily Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Daily Basis) $33.99 2 10 WeeklyRental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Weekly Basis) $33.99 3 600 Monthly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Monthly Basis) $43.29 4 125 Daily Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Daily Basis) $60.99 5 20 Weekly Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Weekly Basis) $60.99 6 20 Monthly Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Monthly Basis) $73.19 7 2 Daily Rental of a Two -Station Sink, Per Section 3.2.4. (On a Daily Basis) $37.10 8 2 Weekly Rental of a Two -Station Sink, Per Section 3.2.4. (On a Weekly Basis) $37.10 9 2 Monthly Rental of a Two -Station Sink, Per Section 3.2.4. (On a Monthly Basis) $55.99 10 5 Daily Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Daily Basis) $305.99 11 2 Weekly Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Weekly Basis) $398.49 12 90 Monthly Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Monthly Basis) $584.50 13 5 Daily Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6. (On a Daily Basis) $515.49 14 5 Weekly Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6. (On a Weekly Basis) $515.49 15 30 Monthly Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6. (On a Monthly Basis) $1,110.10 16 1 Daily Rental of a Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Daily Basis) $902.30 17 1 Weekly Rental of a Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Weekly Basis) $902.30 18 1 Monthly Rental of a Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Monthly Basis) $2,200.00 19 20 Each Additional Maintenance Services for each Standard Portable Chemical Toilets — Single and Two Toibt Units (Standard Units) described in Section 3.2.2. (Performing all services per Section 3.2.8). Disposal costs included in this price. $14.99 20 10 Each Additional Maintenance Services for each Standard Portable Chemical Toilets — Single and Two Toibt Units (Standard Units) described in Section 3.2.2. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $11.25 21 15 Each Additional Maintenance Services for each Accessible Portable Chemical Toilets (Accessible Units) described in Section 3.2.3. (Performing all services per Section 3.2.8). Disposal costs included in the price. $16.50 22 5 Each Additional Maintenance Services for each Accessible Portable Chemical Toilets (Accessible Units) described in Section 3.2.3. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $11.25 23 5 Each Additional Maintenance Services for each Two -Station Sink described in Section 3.2.4. (Performingall $16.50 2 May 3, 2024 M IAM I•DADE COUNTY ROADMAP services per Section 3.2.8). Disposal costs included in this price. 24 5 Each Additional Maintenance Services for each Two -Station Sink described in Section 3.2.4. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $15.35 25 2600 Each Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 3.2.5. (Performing all services per Section 3.2.8) Disposal costs included in this price. $74.50 26 50 Each Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 3.2.5. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $41.90 27 750 Each Additional Maintenance Services for each Medium Portable Sanitation Trailer described in Section 3.2.6. (Performing all services per Section 3.2.8). Disposal costs included in this price. $85.00 28 50 Each Additional Maintenance Services for each Medium Portable SanitationTraler described in Section 3.2.6. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $40.00 29 15 Each Additional Maintenance Services for each Large Portable Sanitation Trailer described in Section 3.2.7. (Performing all services per Section 3.2.8). Disposal costs included in this price. $92.90 30 10 Each Additional Maintenance Services for each Large Portable Sanitation Trailer described in Section 3.2.7. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $40.00 31 12 Each Pump -Out Service Per Section 3.3. for a single trailer office with two (2) single toilet holding tanks-100-gallon tank. (Service Rate Per Pump - Out Per Tank). Disposal costs included in this price. $25.80 32 12 Each Pump -Out Service Per Section 3.3. for a single trailer office with two (2) single toilet holding tanks— 250-gallon tank. (Service Rate Per Pump- Out Per Tank). Disposal costs included in this price. $45.90 33 12 Each Pump -Out Service Per Section 3.3. for a single trailer office with one (1) single toilet holding tank — 250-gallon tank. (Service Rate Per Pump - Out Per Tank). Disposal costs included in this price. $39.80 B. GROUP 2: RENTAL OF PORTABLE CHEMICAL TOILETS FOR FEDERALLY FUNDED DEPARTMENTS Item No. Annual Estimated Quantity Unit of Measure Description Unit Price 34 2 DailyRental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Daily Basis) $33.99 35 2 Weekly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Weekly Basis)$33.99 36 7 Monthly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Monthly Basis) $43.29 37 2 Daily Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Daily Basis) $60.99 38 2 Weekly Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Weekly Basis) $60.99 39 2 Monthly Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Monthly Basis) $73.19 40 1 Daily Rental of a Two -Station Sink, Per Section 3.2.4. (On a Daily Basis) $37.10 41 1 Weekly Rental of a Two -Station Sink, Per Section 3.2.4. (On a Weekly Basis) $37.10 42 1 Monthly Rental of a Two -Station Sink, Per Section 3.2.4. (On a Monthly Basis) $59.99 43 1 Daily Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Daily Basis) $305.99 44 1 Weekly Rental of a Small Portable Sanitation Trailer Per Section 3.2.5. (On a Weekly Basis) $398.49 45 10 Monthly Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Monthly Basis) $584.50 46 1 Daily Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6 (On a Daily Basis) $515.49 47 1 Weekly Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6 (On a Weekly Basis) $515.49 48 8 Monthly Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6 (On a Monthly Basis) $1,110.10 49 1 Daily Rental of a Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Daily Basis) $902.30 50 1 Weekly Rental of a Large Portable Sanitation Trailer on a weekly basis, Per Section 3.2.7. (On a Weekly Basis) $902.30 51 8 Monthly Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Monthly Basis) $2,200.00 52 1 Each Additional Maintenance Services for each Standard Portable Chemical Toilets — Single and Two Toibt Units (Standard Units) described in Section 3.2.2. (Performing all services per Section 3.2.8). $14.99 3 May 3, 2024 M IAM I•DADE COUNTY ROADMAP Disposal costs included in this price. 53 1 Each Additional Maintenance Services for each Standard Portable Chemical Toilets — Single and Two Toibt Units (Standard Units) described in Section 3.2.2. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $11.25 54 1 Each Additional Maintenance Services for each Accessible Portable Chemical Toilets (Accessible Units) described in Section 3.2.3. (Performing all services per Section 3.2.8). Disposal costs included in this price. $16.50 55 1 Each Additional Maintenance Services for each Accessible Portable Chemical Toilets (Accessible Units) described in Section 3.2.3. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $11.25 56 1 Each Additional Maintenance Services for each Two -Station Sink Per Section 3.2.4. (Perform ing all services per Section 3.2.8). Disposal costs included in this price. $16.50 57 1 Each Additional Maintenance Services for each Two -Station Sink Per Section3.2.4. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $15.35 58 1 Each Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 3.2.5. (Performing all services per Section 3.2.8). Disposal costs included in this price. $74.50 59 1 Each Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 3.2.5. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $41.90 60 1 Each Additional Maintenance Services for each Medium Portable SanitationTraler described in Section 3.2.6. (Performing all services per Section 3.2.8). Disposal costs included in this price. $85.00 61 1 Each Additional Maintenance Services for each Medium Portable Sanitation Trailer described in Section 3.2.6. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $40.00 62 1 Each Additional Maintenance Services for each Large Portable Sanitation Trailer described in Section 3.2.7. (Performing all services per Section 3.2.8). Disposal costs included in this price. $92.00 63 1 Each Additional Maintenance Services for each Large Portable Sanitation Trailer described in Section 3.2.7. (Performing all services per Section 3.2.8 excluding emptying holding tanks). $40.00 Note: The annual estimated quantity listed for each item number under both groups (including the number of rentals, additional maintenance, and pump -outs services) is provided as an estimate only and is not a guarantee for each year over the term of the contract, as the goods and services to be provided under the resulting contract(s) are on as needed basis. F. Event Loq: Date Action or Event SPD Staff Name 4 May 3, 2024 Miami -Dade County Solicitation Packet for Solicitation PM-EVN0000440 Rental of Portable Chemical Toilets Solicitation Designation: PUBLIC M IAM I•DADE COUNTY Miami -Dade County 10/26/2023 Miami -Dade County Table of Contents , 1 ITB-Solicitation_Overview-General_TC.pdf 2 ITB_Section_2_3_4_Rental_of_Toilets_10.04.2023.pdf 4 Attachment_1,_Applicable_Federal_Forms.pdf 19 Attachment_2,_The_Shannon_Melendi_Act_Affidavits_PROS.pdf 22 Addendum_No._1_EVN0000440.pdf 24 EVN0000440_Addendum_No._2_10.23.023.pdf 27 EVN0000440_Addendum_No._3_10.26.023.pdf 30 M IAM I•DADE'�" COUNTY MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID (ITB) Event Number: EVN0000440 Event Title: Rental of Portable Chemical Toilets Solicitation Contact: Name: Sherry Y. Crockett Title: Procurement Contracting Officer I Department: Strategic Procurement Department Email: sherry.crockett(a�miamidade.gov Solicitation Contact: Name: Marcelo Cam Title: Procurement Contracting Officet I Department: Strategic Procurement Department Email: marcelo.cam (aim iam idade.gov Solicitation Contact: Name: Manuel Jimenez Title: Procurement Contracting Manager Department: Strategic Procurement Department Email: manuel.jimenez(a�miamidade.gov Rev. 06292023 V. 23-2 GENERAL TERMS AND CONDITIONS: All Miami -Dade County's general terms and conditions applicable to procurement contracts are posted online. Bidders that receive an award from Miami -Dade County through the competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These general terms and conditions are considered non- negotiable and include important instructions and requirementsthat affect all Bids. By submitting a Bid for a Miami -Dade County solicitation, a Bidder attests to its understanding of these general terms and conditions. All applicable terms and conditions pertaining to this Solicitation and resultant Contract may be viewed online at the Strategic Procurement Department's webpage by clicking on the below link: https://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r23-2.pdf NOTICE TO ALL BIDDERS: Bids are to be submitted electronically through a secure mailbox via the Integrated Financial Resources Management System (INFORMS) (https://supplier.miamidade.gov) until the date and time indicated in the INFORMS Solicitation End Date published in INFORMS and in this Solicitation document. It is the sole responsibility of the Bidder to ensure that its Bid is in INFORMS before the Solicitation deadline. There is no cost to the Bidder to submit a Bid for a Miami -Dade County Solicitation via INFORMS. Electronic 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 this Solicitation, use the question/answer feature provided within the Solicitation by INFORMS at https://supplier.miamidade.gov. Questions of a material nature must be received prior to the date and time of the INFORMS Solicitation Question & Answer End Date specified in the Solicitation. Material changes, if any, to the Solicitation will be made only by written addendum. (See Mandatory Online Forms and Addendum Acknowledgement section of INFORMS site). Bidders must allow sufficient time to complete online forms and upload all Bid documents. All information and documents must be fully entered, uploaded, acknowledged ("Confirm") and recorded into INFORMS before the date and time of the INFORMS Solicitation End Date, or the system will stop the process and the submission will be considered late and will not be accepted. No part of a Bid can be submitted via hardcopy, email, or fax. SuppliersNendors are encouraged to access the links below to assist with submission of responses to the Solicitation. Recorded eSupplier Workshop https://www.miamidade.gov/global/news-item.page?Mduid_news=news1652724628268780 Password: q37%t+pG Submit a Bid Job Aid https://www.miamidade.gov/technology/library/informs/iob-aid/submit-a-bid.pdf Rev. 06292023 - V. 23-2 SECTION 2 SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is to establish a contract(s) for the rental of portable chemical toilets, sinks, sanitation trailers, with maintenance services for the aforementioned items, and pump -out services for multiple Miami -Dade County (County) Departments. 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 Purchase Order issued by the County. The Contract shall expire on the last day of the five-year term. 2.3 METHOD OF AWARD Award of the contract(s) will be made to the responsive and responsible Bidder(s), on a group -by -group basis, whose offer represents the lowest price when all items are added in the aggregate for each group, and who meets the Bidder requirements below. The Bidder's price for each group will be determined by multiplying the estimated quantity by the unit price and then totaling the resultant extended price for all items in each group. If a Bidder fails to submit an offer for all items within a group, as indicated in Section 4, Bid Submittal Form, its offer may be deemed non -responsive for that group. Groups to be awarded are as follows: Group 1: Rental of Portable Chemical Toilets for Non -Federally Funded Departments Group 2: Rental of Portable Chemical Toilets for Federally Funded Departments 2.4 BIDDER REQUIREMENTS Bidders must meet the following requirements to be considered for award. Requirements are applicable to both groups: 2.4.1 Bidder or Bidder's Subcontractor shall be regularly engaged in the business of providing rental and maintenance services for portable chemical toilets to be considered for award. Bidder or Bidder's Subcontractor shall provide two (2) different references from customers to whom the Bidder or Bidder's Subcontractor has provided or is currently providing rental of portable chemical toilets as described throughout this Solicitation. In lieu of the references from the Bidder or Bidder's Subcontractor, the County will consider the references from Bidder's key personnel in accordance with Resolution No. 1122-21. The references should include the customer's company name, and the name, title, address, telephone number, and e-mail address of the contact person who can verify that the Bidder/key personnel/Subcontractor has successfully provided the services requested in this Solicitation (Section 4, Bid Submittal Form). These references shall ascertain to the County's satisfaction that the Bidder / key personnel / Subcontractor has sufficient expertise in the industry and its firm is properly equipped to provide the required goods and services. 2.4.2 Bidder shall assign a competent company representative who is cognizant of industry standards and is authorized to discuss matters pertaining to the resultant contract, to provide the County with support and information. The company representative shall be able to communicate with the County and shall have full authority to act on behalf of the Bidder on all matters related to the resultant contract. Bidders are required to provide their designated company representative's name, phone number, and e-mail address. All resources shall be available twenty-four (24) hours a day to provide immediate support and expedite services, as needed. 2.4.3 Bidder shall submit a copy of its current Certificate of Competency issued by the County for portable chemical toilets. 2.4.4 Bidder or Bidder's Subcontractor shall have a valid and active Miami -Dade County Department of Regulatory and Economic Resources Division of Environmental Resources Management (DERM) Liquid Waste Haulers permit for hauling and disposing of wastewater. If the Bidder(s) only does the rental business but does not haul the wastewater, the Bidder shall provide the name of the company or subcontractor they use to do the pump -outs and the company's permit number for verification purposes. The County shall verify the information submitted by the Bidder and may obtain and evaluate additional information, as it deems necessary. The County may allow Bidders to complete, or supplement, their proof of compliance to the Solicitation's requirements during bid evaluation. Failure to provide proof of compliance, as requested by the County, may result in a Bidder being deemed non -responsible. 2.5 PRICES (FIXED WITH ECONOMIC PRICE ADJUSTMENT) The Bidder's prices shall be inclusive of all costs, delivery, charges, and fees. Additional charges of any kind will not be accepted. The initial contract prices shall remain fixed and firm for a period of no less than twelve (12) months from the contract's effective date. Thereafter, prices may be adjusted upward or downward as follows: 2.5.1 Eleven (11) months into the contract, and every twelve (12) months thereafter, the County may negotiate price adjustments (decreases or increases) with the Awarded Bidder. Adjustments shall be based on changes in the Consumer Price Index for All Urban Consumers (CPI-U), Series ID: CUURS35BSAO,CUUSS35BSAO, Titled: All items in Miami -Fort Lauderdale -West Palm Beach, FL, all urban consumers, not seasonally adjusted, as published by the U.S. Bureau of Labor Statistics (BLS). The Base CPI Index for adjustments shall be the Index published by the BLS for the referenced CPI Series in the month and year when the solicitation was opened, and the Base Price shall be the contract's initial price(s). 2.5.2 The period used to calculate the initial adjustment will begin in the month when the solicitation was opened and will include as many months as have been published by the BLS at the time of the adjustment. Example for Initial Adjustment: Contract's Effective Date: March 1, 2022 Solicitation's Opening Date: May 7, 2021 Initial Contract Price (Base Price): $100.00 Last Published CPI Index (January 2023) 232.9450 Less: Base CPI Index (May 2021) 229.8150 Equals: Index Point Change 3.1300 Index Point Change 3.1300 Divided by: Base CPI Index 229.8150 Equals: 0.01362 Multiplied by 100: 1.3620 Equals: Percent Change 1.37% Percent Change: 1.37% Multiplied by Price: $100.00 Applicable CPI Increase: $1.37 Adjusted Price According to CPI: $101.37 Effective Date of Initial Price Adjustment: March 1, 2023 2.5.3 The Base Price and the Base CPI Index shall remain constant throughout the contract term and shall be the basis of all adjustments. Example for Second Price Adjustment: Last Published CPI Index (January 2024) Less: Base CPI Index (May 2021) Equals: Index Point Change Index Point Change Divided by: Base CPI Equals: Multiplied by 100: Equals: Percent Change Percent Change: 240.1000 229.8150 10.2850 10.2850 229.8150 0.04475 4.4753 4.48% 4.48% Multiplied by Base Price: Applicable CPI Increase: Adjusted Price According to CPI: Effective Date of 2nd Price Adjustment: $100.00 $4.48 $104.48 March 1, 2024 2.5.4 Should the referenced index be discontinued by the BLS, or should its data be unavailable, the County will use the CPI for All Urban Consumers (CPI-U), Series ID: CUUR0300SAO,CUUS0300SAO, Titled: All items in South urban, all urban consumers, not seasonally adjusted. Price adjustments may also be negotiated based on other indexes published by the BLS (CPI or PPI) or other economic factors if these economic indicators are evidently proven to have directly affected the contract prices during the contract period. 2.5.5 An Awarded Bidder may initiate a request for price adjustment, the County will review such request as prescribed above and will either grant the price adjustment as requested, negotiate with the Awarded Bidder to determine the appropriate price adjustment, or reject the request in its best interest. If the County elects to reject the Awarded Bidder's request for an adjustment, the Awarded Bidder is not excused from continuing to perform under the Contract. Failure of the Awarded Bidder to perform under these circumstances may result in the Awarded Bidder being deemed in breach of contract and the County terminating its Contract with the Awarded Bidder in accordance with Section 1- General Terms and Conditions, Paragraph 1.26-Termination for Default. 2.5.6 Adjusted prices shall remain firm for at least twelve (12) months; thereafter, prices may be readjusted as prescribed above. 2.5.7 Any price adjustments authorized by the County shall be formalized by a Contract Modification, originated and published by the Strategic Procurement Department, and signed by the Awarded Bidder. Under no circumstances should the Awarded Bidder invoice the County a price that is higher than the price authorized through the contract award or an approved Contract Modification. 2.6 COMPLIANCE WITH GOVERNMENT STANDARDS a) All products and services provided shall be in accordance with all applicable governmental standards, to include but not limited to those issued by; the Occupational Safety and Health Administration (OSHA) including directives concerning policy and procedures for implementing intervention and inspection programs to reduce injuries, illnesses and fatalities, and to eliminate workplace hazards associated with installation and maintenance operations of portable chemical toilets, sinks, and sanitation trailers; the National Institute of Occupations Safety Hazards (NIOSH) directives and guidelines related products and services being provided; and the National Fire Protection Association (NFPA): NFPA 820 Standard for Fire Protection in Wastewater Treatment and Collection Facilities and NFPA 70E, Standard for electrical safety in the workplace. Awarded Bidder(s) shall be responsible for any ventilation and/or any Personal Protection Equipment (PPE) needed per OSHA requirements. b) Miami -Dade County Environmental Protection Ordinance. Awarded Bidder(s) shall also comply with the Miami -Dade County Environmental Protection Ordinance as stated in Chapter 24 of the Miami -Dade County Code of Ordinances. This Ordinance is made a part of these specifications by reference and may be obtained on the following link: Miami -Dade County Environmental Protection Ordinance, or if necessary, by contacting the Department of Regulatory and Economic Resources (RER), 701 NW 1 Court, Suite 400, Miami, FL 33136, Telephone (305) 372-6789. c) The Awarded Bidder(s) shall follow all applicable Federal and Florida Department of Transportation (FDOT) regulations. Use or disposal of contaminated or waste material shall either be in accordance with Chapter 62-640 of the Florida Administrative Code (F.A.C.) and all other applicable laws, permits, and regulations. d) Equipment. The Awarded Bidder(s)' equipment provided under this contract shall be in proper working condition, free from leaking fluids. All equipment shall be properly installed and maintained, following all safety procedures. All equipment must comply with applicable local, state and federal rules, regulations and any applicable permits. e) Inspections and Approvals. The Awarded Bidder(s) shall follow all applicable provisions of the Miami -Dade County Health Department requirements and South Florida Building Code requirements. Equipment used to service portable toilets shall be inspected and approved by the Health Department and the Miami -Dade County Plumbing Inspector. Installation of all units shall be inspected by the Miami -Dade County Plumbing Inspector. f) Environmentally Friendly Sustainable Chemicals The Awarded Bidder shall make sure that the chemicals and products being used comply with the Florida Statues, and US Environmental Protection Agency (EPA) for the use of friendly sustainable chemicals for the cleaning and services under this contract for the list of products which are safer and environmentally friendly at the following links. Why Buy Greener Products? I US EPA. Identifying Greener Cleaning Products I US EPA Failure to comply with any of these requirements may result in immediate suspension of Work. 2.6.1 INDENTIFICATION AND UNIFORM Identification: All personnel performing services under this contract must carry valid government issued photo identification such as a driver's license. Uniform: All personnel shall wear a uniform shirt (or t-shirt) clearly displaying the Awarded Bidder(s)' company name. Uniforms shall be maintained so all personnel are neat, clean and professional in appearance. Non -uniform clothing will not be permitted. 2.7 INSURANCE REQUIREMENTS Pursuant to Section 1.22, Insurance Requirements, of the General Terms and Conditions, Paragraph A, are superseded and replaced as follows: The Awarded Bidder(s) shall furnish to the Vendor Outreach & Support Services Section, 111 NW 1st Street, Suite 1300, Miami, Florida 33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: 1. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. Failure to maintain such insurance throughout the term of the Contract shall be a cause for debarment under Section 10-38 of the Code of Miami -Dade County. 2. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregate, not to exclude coverage for Products and Completed Operations. Miami -Dade County must be shown as an additional insured with respect to this coverage. 3. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000* combined single limit per occurrence for bodily injury and property damage. *Under no circumstances are the Awarded Bidder(s) permitted on the Aviation Department Aircraft Operating Airside (AOA) at Miami International Airport without increasing automobile coverage to $5,000,000 combined single limit per occurrence for bodily injury and property damage. Only vehicles owned or leased by the Awarded Bidder(s) will be authorized. Vehicles owned by individuals will not be authorized. $1,000,000 combined single limit per occurrence for bodily injury and property damage applies at all other airports. 2.8 REQUIREMENT FOR SERVICES FOR FEDERALLY FUNDED AGENCIES (GROUP 2) 2.8.1 Compliance with Federal Regulation Due to Use of Federal Funding Since the services that will be acquired under this Group will be purchased, in part or in whole, with federal funding, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 41 of the United States Code, which addresses Affirmative Action requirements for disabled workers, is incorporated into this Solicitation and resultant Contract by reference. 2.8.2 Federally Funded Purchases are Exempt to Requirements. The contract to be awarded under Group 2 may be used by Federally funded agencies. As Federally funded agencies, the following provisions from Section 1, General Terms and Conditions shall be exempted from the awarded contract: • Article 1.2(H) Prompt Payment Terms • Article 1.11 Local Preference • Article 1.29 Office of the Inspector General (only the cost of the random audits, as specified) • Article 1.37 County User Access Program (UAP) • Article 1.45 Small Business Enterprise (SBE) Measures • Article 1.46 Local Certified Veteran's Business Enterprise Preference • Article 1.47 Application of Preferences • Article 1.49 First Source Hiring Referral Program (FSHRP) 2.8.1 Applicable Federal Forms Attachment 1, Group 2 Applicable Federal Forms, includes applicable Suspension and Debarment Certification Form; and Byrd Anti -Lobbying Amendment Certification Form. These forms include instructions, as well as terms and conditions which are applicable to this solicitation (Group 2). Bidders shall submit forms: i) Suspension and Debarment Certification Form, and ii) Byrd Anti -Lobbying Amendment Certification Form at time of bid submittal. These forms are applicable to any contract agreement entered into between Miami -Dade County, as represented by CAHSD, and the Awarded Bidder(s). 2.9 SPECIAL CONDITIONS FOR PARKS, RECREATION, AND OPEN SPACES DEPARTMENT (PROS) (GROUP 1) The Awarded Bidder(s) are required to complete Attachment 2, Shannon Melendi Affidavit and shall comply with Miami -Dade County Ordinance No. 08-07, Chapter 26, "Miami -Dade County Park and Recreation Department Rules and Regulations, Article III, The Shannon Melendi Act". The Awarded Bidder(s) shall retain all records demonstrating compliance with the background screening required herein for not less than three (3) years beyond the end of the Contract term and shall provide the County with access to these records upon request of the County. The Awarded Bidder(s) shall also ensure that all Awarded Bidder(s)'s management, staff, and volunteers: • Have had nationwide criminal background checks conducted by a Professional Background Screener. • Have been screened through the Florida Department of Law Enforcement Sexual Predator/Offender Database, and a check of the National Sex Offender Public Registry. • Have been verified as being United States Citizens or having legal immigrant status employment. • Complete an affidavit affirming that no work or volunteer duties will be performed on PROS property owned or operated by Miami -Dade County in violation of this Ordinance and that an arrest will be reported to the Awarded Bidder(s) within forty- eight (48) hours of such arrest. • Wear picture identification at all times while on County property and when in direct contact with patrons and the general public. 2.10 SPECIAL CONDITIONS FOR MIAMI-DADE AVIATION DEPARTMENT (MDAD) (GROUP 1) In addition to requirements contained in Section 1.48 Additional/Special Security Requirements at Certain Miami -Dade County Departments and Section 1.59, FAA Additional/Special Provisions of the General Terms and Conditions, the Awarded Bidder(s) may be required to access the Airside Operations Area (AOA) of the Miami International Airport (MIA). Awarded Bidder(s) shall obtain approval to access the AOA and comply with all AOA drivers training requirements for each employee assigned to MIA. The Awarded Bidder(s) shall report to MDAD's Maintenance Division Building 3040. MDAD shall monitor the placement of Awarded Bidder(s)'s equipment at each location. Upon completion of the work, the Awarded Bidder(s) shall call the maintenance office at 305-876-7311 to arrange for inspection and escort out of AOA. Any violations to this requirement by the Awarded Bidder(s) may result in the cancellation of its contract with the County. Awarded Bidder(s) working at MDAD are subject to complying with ISO 14001 regulations regarding environmental responsibility, and applicable FAA Special Provisions. Awarded Bidder(s) shall receive training and familiarization about the ISO 14001 protocol from MDAD's Maintenance Division. 2.11 LABOR, MATERIALS, AND EQUIPMENT The Awarded Bidder(s) shall furnish all labor, material, and equipment necessary for satisfactory performance under this contract. All material, workmanship, and equipment shall be subject to inspection and approval of the County's Project Manager. 2.12 DEFICIENCIES IN WORK Work shall be continually subject to oversight and approval by the County's Project Manager. In the event workmanship is found incomplete, unsafe, or otherwise unsatisfactory in the judgment of a designated County representative, the Awarded Bidder(s) shall, upon notice, immediately correct any such discrepancies or deficiencies. The Awarded Bidder(s) shall promptly correct any and all work that fails to conform to the contract documents. All corrections shall be made within twenty-four (24) hours from the point when such non -conformances are reported to the Awarded Bidder(s) by the County's Project Administrator, who may confirm all verbal reports in writing. The Awarded Bidder(s) shall bear all costs of correcting such rejected work. If the Awarded Bidder(s) fails to correct the work within the period specified, the County may, at its discretion, notify the Awarded Bidder(s), in writing, that the Bidder is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within twenty-four (24) hours from receipt of the notice. If the Awarded Bidder(s) fails to correct the work within the period specified in the notice, the County may 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 Awarded Bidder(s) or through invoicing. Failure to correct deficiencies as prescribed may lead to termination for default, in accordance with Paragraph 1.26 of the General Terms and Conditions." 2.13 ADDITION OF EQUIPMENT AND SERVICES During the term of the Contract the County may require additional Services like those listed in this Solicitation. Under these circumstances, a County representative may obtain a price quote from the Awarded Bidder. The County reserves the right to award the additional Services to an Awarded Bidder based on the price quoted, to negotiate a price with an Awarded Bidder for the additional Service, or to acquire the additional Service through a separate Solicitation. All additions of Services authorized by the County shall be formalized by a Contract Modification, originated and published by the Miami -Dade County Strategic Procurement Department, and signed by the Awarded Bidder. 2.14 DELIVERY REQUIREMENTS Awarded Bidder(s)(s) shall furnish portable chemical toilets, sinks, etc. as defined in this solicitation within twenty-four (24) hours after receipt of order from a County user department, unless otherwise stated in its purchase order. County departments will notify Awarded Bidder(s) of special events where a substantial number of toilets, sinks, etc. are required at least two (2) weeks in advance (whenever possible). Emergency requests shall be considered as specified in Section 3.2.13. 2.15 ACCEPTANCE OF ITEMS BY MIAMI-DADE COUNTY Items provided under this contract shall be maintained and delivered to the County in excellent condition. If a unit does not meet specifications, it will be rejected to the Awarded Bidder(s) in exchange for a suitable unit or for full credit at no additional cost to the County. 2.16 FURNISH AND SET IN PLACE The Awarded Bidder(s) shall furnish and fully install the items awarded in this Solicitation and resultant contract at the facility designated by the County in its purchase order. SECTION 3 SCOPE OF WORK/TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK The County requires a variety of rental portable chemical toilets, sinks, sanitation trailers, maintenance services for rented toilets, sinks, and sanitation trailers; as well as pump -out services for underground holding tanks, on as needed basis, for multiple County departments. 3.2 RENTAL GOODS/SERVICES TO BE PROVIDED The Awarded Bidder(s) for both groups shall be responsible for supplying the rental of the following portable chemical toilets, sinks, and sanitation trailers as specified below as needed. The rental fees for each equipment shall consist of all services required as described below, including but not limited to delivery, installation, maintenance, repair, labor, material, and removal of the furnished units when no longer needed by the County. 3.2.1 Requirements for All Toilet and Sanitation Trailer Units • Doors of Units must be self -closing. • All units shall be delivered with an adequate supply of full, unopened rolls of toilet paper and empty trash receptacles. • If units contain soap dispensers, soap dispensers must be delivered full. • If units contain towel dispensers, an adequate supply of full, unopened rolls of paper towel shall be provided. • If units do not contain soap dispensers, units must contain hand sanitizer dispensers that are delivered full. • All toilets and urinals shall be able to be flushed. • Each unit shall be sufficiently ventilated to eliminate any odor. • Seats or seat covers shall be stable and shall not be sprung to return to a lift position. • Floors and interior walls shall have non -absorbent finish and be easily cleanable. • All interior surfaces shall be of smooth construction and shall have a non-skid floor. • Human waste receptacles shall be of a non -absorbent, acid resistant, non -corrosive, easily cleanable material, watertight and fly -tight. • Units shall have ventilating grilles properly screened and placed at sufficient height to assure privacy. 3.2.2 Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units) • Standard Chemical Toilets shall be portable and self-contained. • All units contracted shall be painted and marked with the name, address, and telephone number of the servicing company. • Doors to units and/or stalls shall be provided with a working internal lock. • Containers or holding tanks shall have a capacity of not less than twenty-four (24) gallons. 3.2.3 Accessible Portable Chemical Toilets (Accessible Units) Accessible units shall mean units designated accessible for use by persons with disabilities and shall be built in accordance with the current accessibility standards set forth in the ADA Accessibility Guidelines (ADAAG), Uniform Federal Accessibility Standards (UFAS), Fair Housing Act Design Manual, Florida Accessibility Code for Building Construction, and/or the 2010 ADA Accessibility Standards for Accessible Design, as applicable, in the following specifications. • Accessible units shall be marked with the international symbol of accessibility. • Accessible units shall carry the name, address, and telephone number of the servicing company. In accordance with Chapter 553 of the Florida Statutes and the American with Disabilities Act Accessibility, the first single user of portable toilet units provided at a location shall be an accessible unit. Thereafter, no fewer than 5% of the units, or a minimum of one (1) per cluster shall be accessible units. This does not apply to portable toilets units at construction sites to be used exclusively by construction personnel. • Roof is to be provided with skylights. • The holding tank shall have a capacity of not less than 45 gallons. This requirement only applies to the accessible units with lavatories. • All rental units shall be delivered with adequate supply of full, unopened rolls of toilet tissue and empty trash receptacles. Toilet paper holders shall hold two (2) rolls and shall provide continuous paper flow. • Doorway shall provide a minimum 32" clear width measured with the door open at right angles, and a minimum 80" height clear of any protruding objects such as an overhead door closer. The door shall be self -closing with, no more than 8.5 pounds of pressure, and shall be equipped with a lever latch and screened ventilation grille. • Doors to units shall be provided with a working internal lock with a mechanism that can be operated with a closed fist and without pinching, grabbing or twisting. • All accessible units shall be built so that, when installed on site, the entrance to the unit will comply with all of the provisions of the ADA Accessibility Guidelines and the Florida Accessibility Code. • All accessible units shall have fixtures equivalent to those in the standard (non-ADA) units being used at a particular site. • Tolerances to require dimensions shall be permitted in accordance with ADA and the Florida Accessibility Code, including Florida Accessibility Code Advisory 104.1.1: Construction and Manufacturing Tolerances, and the official interpretations thereof. Acceptable tolerances shall be solely determined by Miami -Dade County and shall include tolerances for at rest, in use, and under load conditions. In use and under load conditions shall be determined by using forces exerted by a person weighing up to 250 pounds. 3.2.4 Two -Station Sink • Unit shall be of fiberglass -reinforced construction and mounted on skids. • Tank capacity shall be a minimum of 30 gallons for blue water and 30 gallons for gray water. • Unit shall have two pumps. • One soap dispenser. • One towel dispenser. • There shall be one hookup point on the unit to allow for running water hookup, which will be provided by the County. 3.2.5 Small Portable Sanitation Trailer • Women's side: minimum of one (1) toilet; Men's side: minimum of one (1) toilet. • Unit shall be trailer mounted. • Holding tanks shall have a minimum capacity of not less than 250 gallons. • Each side shall have a minimum of one exhaust fan. • There shall be a minimum of one hookup point on the trailer to allow for running water hookup, which will be provided by the County. • Each unit shall have an air conditioning unit that will maintain the inside of the trailer at minimum, constant temperature of 73 degrees Fahrenheit. • Each toilet shall have one toilet paper dispenser. • Each side shall have a minimum of one sink, one soap dispenser, one towel dispenser and one towel disposal basket. • Each side shall have fluorescent lighting. The County will provide electricity (110v, 20 amps). 3.2.6 Medium Portable Sanitation Trailer • Women's side: minimum of three (3) toilets; Men's side: minimum of five (5) toilets/urinals in one of the following configurations: a) Two (2) toilets and three (3) urinals or b) Three (3) toilets and two (2) urinals. • Unit shall be trailer mounted. • Holding tanks shall have a minimum capacity of not less than 500 gallons. • Each side shall have a minimum of one exhaust fan. • Each side of unit shall have a minimum of: one sink with running water, one soap dispenser, one towel dispenser and one towel disposal basket. • There shall be a minimum of one hookup point on the trailer to allow for running water hookup, which will be provided by the County. • Each side shall have a separate air conditioning unit that will maintain the inside of the trailer at minimum, constant temperature of 73 degrees Fahrenheit. • All toilets shall be private stalls. • Each toilet shall have one toilet paper dispenser. • Each toilet paper dispenser shall have one full, unopened roll of toilet paper at time of delivery. • Each side shall have fluorescent lighting. The County will provide electricity (110 v. 30 amps). 3.2.7 Large Portable Sanitation Trailer • Women's side: minimum of six (6) toilets; Men's side: minimum of seven (7) toilets/urinals in one of the following configurations: a) Four (4) toilets and three (3) urinals or b) Three (3) toilets and four (4) urinals. • Unit shall be trailer mounted. • Holding tanks shall have a minimum capacity of not less 1,500 gallons. • Each side of unit shall have a minimum of: two sinks with running water, one soap dispenser, one towel dispenser and one towel disposal basket. • All units shall be delivered with the towel dispensers full of towels, soap dispensers full of soap and empty towel disposal baskets. • There shall be a minimum of one hookup point on the trailer to allow for running water hookup, which will be provided by the County. • Each side shall have a separate air conditioning unit that will maintain the inside of the trailer at minimum, constant temperature of 73 degrees Fahrenheit. • All toilets shall be private stalls. • Each toilet shall have one toilet paper dispenser. • Each toilet paper dispenser shall have one full, unopened roll of toilet paper at time of delivery. • Each side shall have fluorescent lighting. The County will provide electricity (110 v. 30 amps). • Each unit shall have separate entry and exit for each side. 3.2.8 Maintenance Service • All holding tanks for waste products from the lavatories of all units shall be completely emptied and thoroughly cleaned and disinfected with an approved disinfectant, which shall be used in sufficient quantities to provide odorless operation during usage. • Clean water storage tanks for lavatories shall be cleaned as necessary and filled to capacity. • Waste paper receptacles shall be emptied and cleaned as necessary. • A fresh supply of toilet paper and soap (or hand sanitizer) shall be supplied or refilled for each unit. • The inside of all units shall be thoroughly washed, scrubbed, brushed, rinsed and wiped dry. This operation shall include top and bottoms of seats and seat covers, all walls, floors and doors, tops of all tanks, all grab bars and sinks if provided in the unit. No disinfectant, water or other liquids shall be left on any touchable surface. • The outside of the units shall be scrubbed or hosed down and wiped clean. • The maintenance services detailed above shall be performed at a minimum, once daily on the daily rental units; every Monday, Wednesday, and Friday on the weekly rentals, and twelve (12) service calls per month on the monthly rental units. Additional Maintenance Services: The Awarded Bidder(s) shall also be required to provide additional maintenance services for each rental unit for an additional fee, as indicated in Section 4, Bid Submittal Form. The additional maintenance services will be used by the County at its sole discretion, as needed, when a rental unit requires additional maintenance, which exceeds the maintenance schedule included in the rental rates, indicated above. The additional maintenance services shall be considered a separate charge from the usual rental rate charge and shall be so designated and billed, accordingly. 3.2.9 Installation The Awarded Bidder(s) shall install the units on a flat, smooth surface, and whenever feasible, along an accessible path in close proximity to the facilities being served, at no additional cost to the County. The unit shall be set in such a way that: • The accessible unit path leads to and connects with the accessible unit in a manner that complies with the ADA Accessibility Guidelines (ADAAG), Uniform Federal Accessibility Standards (UFAS), Fair Housing Act Design Manual, Florida Accessibility Code for Building Construction, and/or the 2010 ADA Accessibility Standards for Accessible Design, as applicable. • The unit is stable and level. It shall be the responsibility of the Awarded Bidder(s) to ensure that the installation of the unit meets all of the requirements of the above -referenced standards. Where conditions make it unfeasible for installation to fully comply, the Awarded Bidder(s) shall install the unit at the best available location in the most accessible manner and shall immediately notify the user department in writing that the installation is not in full compliance and why. The Awarded Bidder(s) is not relieved of responsibility for those items of non-compliance included in the written notice until that written notice has been approved and signed by a representative of Miami -Dade County. Date and time of signing must be included with the signature to be valid. 3.2.10 Removal Removal of units shall be at no additional cost to the County and shall be performed in a safe manner. 3.2.11 Service Equipment Tank trucks used for servicing and waste removal shall be provided with dual compartments. One tank shall be used for receiving and removal of waste, equipped with suction hose having a cut-off valve not more than thirty-six (36) inches from intake end. The second tank shall be used for clean water storage. Trucks shall be maintained in nuisance -free condition and be properly licensed at all times. 3.2.12 Record Keeping Each facility where Portable Toilets have been furnished shall maintain a log in which Awarded Bidder(s)'s service personnel will be logged in and out for deliveries and for each service call made; (to reflect time and date of each service call). The Awarded Bidder(s) shall acknowledge furnished service via a formal receipt of service, which shall provide similar information as above. 3.2.13 Repairs The Awarded Bidder(s) shall bear the cost of all repairs to all items furnished except where the toilets may have been subjected to unusual abuse, accident, or negligence on the part of the County. 3.2.14 Emergency Response Time Miami -Dade County Departments may require emergency services requiring immediate response under both groups. At such times, the Awarded Bidder(s) shall be required to furnish, remove, or service units as specified in no more than two (2) hours from receipt of a purchase order. This emergency delivery shall be available twenty-four (24) hours per day, seven (7) days a week, included with the rental fees. 3.3 PUMP -OUT SERVICE (GROUP 1) The Awarded Bidder for Group 1 shall provide Pump -Out Services as needed. These services include the Pump -out of waste from County owned tanks underneath trailers that are fully accessible with a standard pump -out truck that has approximately twenty (20) feet of flexible hose to reach the tank. 3.4 DISPOSAL OF WASTES It is unlawful to dispose or discharge any liquid waste into a sanitary sewer, manhole, storm sewer catch basin, drywell, soakage pit, or ground surface. The Awarded Bidder(s) under contractual obligation to Miami -Dade County shall dispose of pump -outs at any of the Sewage Treatment Plants located in Miami -Dade County or a Resource Recovery and Management Facility, approved to receive liquid wastes by the Miami -Dade County Department of Regulatory and Economic Resources Division of Environmental Resources Management. All accidental spillage, leakage or other discharge of liquid wastes occurring anywhere within Miami -Dade County boundaries shall be reported immediately to the Miami -Dade Department of Regulatory and Economic Resources Division of Environmental Resources Management. The Awarded Bidder(s) shall be responsible for any charges for legally disposing of these wastes and shall be inclusive in Bidder's Prices for providing all the required services. No additional cost or charges will be reimbursed to the Awarded Bidder(s). All invoices shall be completed in accordance with department(s) purchase order and Paragraph 1.36, Invoices; and all records shall be maintained for audits in accordance with Paragraph 1.35, Audits —Access to Records, of the Section 1, General Terms and Conditions. 3.5 OMISSION FROM THE SPECIFICATIONS The apparent silence of this Solicitation and any addendum regarding any details or the omission from the specification of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship of highest quality shall be used. All interpretations of this specification shall be made upon the basis of this agreement. SECTION 4 BID SUBMITTAL FORM BIDDER: 4.1 PRICING Bidder shall provide its pricing in INFORMS, as indicated below, for the rental of portable chemical, which shall include all required services under each group (including but not limited to delivery, installation, maintenance, removal, equipment, all required labor and material) as described under Section 3, Scope of Work / Technical Specifications, on as needed basis, in accordance with all applicable terms and conditions of this Solicitation. If a Bidder fails to submit an offer for all items within the group, its offer may be deemed non -responsive for that group. A. Group 1: RENTAL OF PORTABLE CHEMICAL TOILETS FOR NON -FEDERALLY FUNDED DEPARTMENTS Item No. Annual Estimated Quantity Unit of Measure Description Unit Price 1 150 Daily Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Daily Basis) TO BE PROVIDED IN INFORMS 2 10 Weekly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Weekly Basis) 3 600 Monthly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Monthly Basis) 4 125 Daily Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Daily Basis) 5 20 Weekly Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Weekly Basis) 6 20 Monthly Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Monthly Basis) 7 2 Daily Rental of a Two -Station Sink, Per Section 3.2.4. (On a Daily Basis) 8 2 Weekly Rental of a Two -Station Sink, Per Section 3.2.4. (On a Weekly Basis) 9 2 Monthly Rental of a Two -Station Sink, Per Section 3.2.4. (On a Monthly Basis) 10 5 Daily Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Daily Basis) 11 2 Weekly Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Weekly Basis) 12 90 Monthly Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Monthly Basis) 13 5 Daily Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6. (On a Daily Basis) 14 5 Weekly Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6. (On a Weekly Basis) 15 30 Monthly Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6. (On a Monthly Basis) 16 1 Daily Rental of a Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Daily Basis) 17 1 Weekly Rental of a Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Weekly Basis) 18 1 Monthly Rental of a Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Monthly Basis) 19 20 Each Additional Maintenance Services for each Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units) described in Section 3.2.2. (Performing all services per Section 3.2.8). Disposal costs included in this price. 20 10 Each Additional Maintenance Services for each Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units) described in Section 3.2.2. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 21 15 Each Additional Maintenance Services for each Accessible Portable Chemical Toilets (Accessible Units) described in Section 3.2.3. (Performing all services per Section 3.2.8). Disposal costs included in this price. 22 5 Each Additional Maintenance Services for each Accessible Portable Chemical Toilets (Accessible Units) described in Section 3.2.3. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 23 5 Each Additional Maintenance Services for each Two -Station Sink described in Section 3.2.4. (Performing all services per Section 3.2.8). Disposal costs included in this price. 24 5 Each Additional Maintenance Services for each Two -Station Sink described in Section 3.2.4. (Performing all services per Section 3.2.8 excluding emptying holding tanks). GROUP 1: RENTAL OF PORTABLE CHEMICAL TOILETS FOR NON -FEDERALLY FUNDED DEPARTMENTS (CONTINUED) Item No. Annual Estimated Quantity Unit of Measure Description Unit Price 25 2600 Each Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 3.2.5. (Performing all services per Section 3.2.8) Disposal costs included in this price. TO BE PROVIDED IN INFORMS 26 50 Each Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 3.2.5. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 27 750 Each Additional Maintenance Services for each Medium Portable Sanitation Trailer described in Section 3.2.6. (Performing all services per Section 3.2.8). Disposal costs included in this price. 28 50 Each Additional Maintenance Services for each Medium Portable Sanitation Trailer described in Section 3.2.6. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 29 15 Each Additional Maintenance Services for each Large Portable Sanitation Trailer described in Section 3.2.7. (Performing all services per Section 3.2.8). Disposal costs included in this price. 30 10 Each Additional Maintenance Services for each Large Portable Sanitation Trailer described in Section 3.2.7. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 31 12 Each Pump -Out Service Per Section 3.3. for a single trailer office with two (2) single toilet holding tanks — 100-gallon tank. (Service Rate Per Pump - Out Per Tank). Disposal costs included in this price. 32 12 Each Pump -Out Service Per Section 3.3. for a single trailer office with two (2) single toilet holding tanks — 250-gallon tank. (Service Rate Per Pump - Out Per Tank). Disposal costs included in this price. 33 12 Each Pump -Out Service Per Section 3.3. for a single trailer office with one (1) single toilet holding tank — 250-gallon tank. (Service Rate Per Pump - Out Per Tank). Disposal costs included in this price. B. GROUP 2: RENTAL OF PORTABLE CHEMICAL TOILETS FOR FEDERALLY FUNDED DEPARTMENTS Item No. Annual Estimated Quantity Unit of Measure Description Unit Price 34 2 Daily Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Daily Basis) TO BE PROVIDED IN INFORMS 35 2 Weekly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Weekly Basis) 36 7 Monthly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Monthly Basis) 37 2 Daily Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Daily Basis) 38 2 Weekly Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Weekly Basis) 39 2 Monthly Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Section 3.2.3. (On a Monthly Basis) 40 1 Daily Rental of a Two -Station Sink, Per Section 3.2.4. (On a Daily Basis) 41 1 Weekly Rental of a Two -Station Sink, Per Section 3.2.4. (On a Weekly Basis) 42 1 Monthly Rental of a Two -Station Sink, Per Section 3.2.4. (On a Monthly Basis) 43 1 Daily Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Daily Basis) 44 1 Weekly Rental of a Small Portable Sanitation Trailer Per Section 3.2.5. (On a Weekly Basis) 45 10 Monthly Rental of a Small Portable Sanitation Trailer, Per Section 3.2.5. (On a Monthly Basis) 46 1 Daily Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6 (On a Daily Basis) 47 1 Weekly Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6 (On a Weekly Basis) 48 8 Monthly Rental of a Medium Portable Sanitation Trailer, Per Section 3.2.6 (On a Monthly Basis) 49 1 Daily Rental of a Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Daily Basis) 50 1 Weekly Rental of a Large Portable Sanitation Trailer on a weekly basis, Per Section 3.2.7. (On a Weekly Basis) 51 8 Monthly Large Portable Sanitation Trailer, Per Section 3.2.7. (On a Monthly Basis) 52 1 Each Additional Maintenance Services for each Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units) described in Section 3.2.2. (Performing all services per Section 3.2.8). Disposal costs included in this price. 53 1 Each Additional Maintenance Services for each Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units) described in Section 3.2.2. (Performing all services per Section 3.2.8 excluding emptying holding tanks). GROUP 2: RENTAL OF PORTABLE CHEMICAL TOILETS FOR FEDERALLY FUNDED DEPARTMENTS (CONTINUED) Item No. Annual Estimated Quantity Unit of Measure Description 54 1 Each Additional Maintenance Services for each Accessible Portable Chemical Toilets (Accessible Units) described in Section 3.2.3. (Performing all services per Section 3.2.8). Disposal costs included in this price. 55 1 Each Additional Maintenance Services for each Accessible Portable Chemical Toilets (Accessible Units) described in Section 3.2.3. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 56 1 Each Additional Maintenance Services for each Two -Station Sink Per Section 3.2.4. (Performing all services per Section 3.2.8). Disposal costs included in this price. 57 1 Each Additional Maintenance Services for each Two -Station Sink Per Section 3.2.4. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 58 1 Each Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 3.2.5. (Performing all services per Section 3.2.8). Disposal costs included in this price. 59 1 Each Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 3.2.5. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 60 1 Each Additional Maintenance Services for each Medium Portable Sanitation Trailer described in Section 3.2.6. (Performing all services per Section 3.2.8). Disposal costs included in this price. 61 1 Each Additional Maintenance Services for each Medium Portable Sanitation Trailer described in Section 3.2.6. (Performing all services per Section 3.2.8 excluding emptying holding tanks). 62 1 Each Additional Maintenance Services for each Large Portable Sanitation Trailer described in Section 3.2.7. (Performing all services per Section 3.2.8). Disposal costs included in this price. 63 1 Each Additional Maintenance Services for each Large Portable Sanitation Trailer described in Section 3.2.7. (Performing all services per Section 3.2.8 excluding emptying holding tanks). Note: The annual estimated quantity listed for each item number under both groups (including the number of rentals, additional maintenance, and pump -outs services) is provided as an estimate only and is not a guarantee for each year over the term of the contract, as the goods and services to be provided under the resulting contract(s) are on as needed basis. 4.2 BIDDER REQUIREMENTS TO BE COMPLETED BY ALL BIDDERS Refer to Section 2, Paragraph 2.3, Method of Award, and Paragraph 2.4, Bidder Requirements, to ensure that Bidder's responses and attachments comply with the Solicitation's requirements. Pararaph Reference Bidder Requirements — All Groups Coy Attached 2.4.1 Bidder or Bidder's Subcontractor shall be regularly engaged in the business of providing rental and maintenance services for portable chemical toilets to be considered for award. Bidder or Bidder's Subcontractor shall provide two (2) different references from customers to whom the Bidder or Bidder's Subcontractor has provided or is currently providing rental of portable chemical toilets as described throughout this Solicitation. In lieu of the references from the Bidder or Bidder's Subcontractor, the County will consider the references from Bidder's key personnel in accordance with Resolution No. 1122-21. The references should include the customer's company name, and the contact's name, title, address, telephone number, and e-mail address of the contact person who can verify that the Bidder/key personnel/Subcontractor has successfully provided the services requested in this Solicitation (Section 4, Bid Submittal Form). These references shall ascertain to the County's satisfaction that the Bidder / key personnel / Subcontractor has sufficient expertise in the industry and its firm is properly equipped to perform the required services. Reference Company Name No. 1: Is reference for the Bidder, Subcontractor, or key personnel: If Subcontractor, then identify the name of the Subcontractor: If key personnel, then identify the name of the key personnel: and make sure that company key personnel worked for is listed above as "Reference Company 2." Contact's name: Title: Address: Phone Number: Email: Reference Company Name No. 2: Is reference for the Bidder, Subcontractor, or key personnel: If Subcontractor, then identify the name of the Subcontractor: If key personnel, then identify the name of the key personnel: and make sure that company key personnel worked for is listed above as "Reference Company 1." Contact's name: Title: Address: Phone Number: Email: 2.4.2 Bidder shall assign a competent company representative who is cognizant of industry standards and is authorized to discuss matters pertaining to the resultant contract, to provide the County with support and information. The company representative shall be able to communicate with the County and shall have full authority to act on behalf of the Bidder on all matters related to the resultant contract. Bidders are required to provide their designated company representative's name, phone number, and e-mail address. All resources shall be available twenty-four (24) hours a day to provide immediate support and expedite services. Company Representative Name: Phone Number: Email Address: 2.4.3 Bidder shall submit a copy of its current Certificate of Competency issued by Miami- Dade County for portable chemical toilets. • Reference Description Copy Attached 2.4.4 Bidder or Bidder's Subcontractor shall have a valid and active Miami -Dade County Department of Regulatory and Economic Resources Division of Environmental Resources Management (DERM) Liquid Waste Haulers permit for hauling and disposing of that wastewater. If the Bidder(s) only does the rental business but does not haul the wastewater, the Bidder shall provide the name of the company or subcontractor they use to do the pump -outs and permit number for verification purposes. Name of the Company or Subcontractor being for hauling and disposal of the wastewater: • Permit No. Expiration Date: Attachment 1, Applicable Federal Forms NON- CONSTRUCTION CONTRACT 1) Suspension and Debarment Certification Form* 2) Byrd Anti -Lobbying Amendment Certification Form* *TO BE COMPLETED WITH SUBMITTAL Suspension and Debarment Certification Form 1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." Firm/Company Name: Authorized Representative: Authorized Representative: Printed Name Signature Byrd Anti -Lobbying Amendment Certification Form Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The pre -qualified Bidder certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Firm/Company Name: Authorized Representative: Authorized Representative: Printed Name Signature MIAMI-DADE PARKS, RECREATION AND OPEN SPACES DEPARTMENT AFFIDAVIT PURSUANT TO MIAMI-DADE COUNTY CODE CHAPTER 26, ARTICLE III; THE SHANNON MELENDI ACT 1. This affidavit is submitted to the Miami -Dade County Parks, Recreation and Open Spaces Department, (the "Department') by: ,for (Print individual's name and title) (Print name of entity submitting compliance statement) whose business address is and its Federal Employer Identification Number (FEIN/SSN) 2. I, am duly authorized to make this affidavit on behalf of: (Print individual's name and title) (Print name of entity submitting affidavit) 3. I understand that on January 10, 2008, the Miami -Dade County Commission passed and adopted Ordinance No. 08-07, which amended Miami -Dade County Code, Chapter 26, Article III, and the Shannon Melendi Act. 4. I understand and can attest to the my organization/agency/firm's compliance with this Ordinance and that; A. Employers of child event workers, employers of park vendors, Programming Partners and CBOs shall secure a nationwide criminal background check of all existing child event workers, park vendors, employees, and volunteers whose duties require physical presence on park property owned or operated by Miami -Dade County. In addition, prior to employing or allowing to volunteer a person whose duties would require physical presence on park property owned or operated by Miami -Dade County, employers of child event workers, employers of park vendors, and Programming Partners and CBOs shall secure a nationwide criminal background check of all such prospective child event workers, park vendors, employees or volunteers. My organization/agency/firm has conducted the nationwide criminal background checks through a Professional Background Screener and has obtained a report as to whether each child event worker, park vendor, staff member or volunteer is listed on the National Sex Offender Public Registry, and a comprehensive report and analysis, obtained from no less than two independent databases/sources, on the nationwide criminal history of such child event worker, park vendor, staff member or volunteer. B. Every three (3) years thereafter, employers of park vendors, and Programming Partners and CBOs shall secure nationwide criminal background checks for existing park vendors, staff members, and volunteers whose duties require physical presence on park property owned or operated by Miami -Dade County. However, employers of child event workers shall secure nationwide criminal background checks for existing child event workers whose duties require physical presence on park property owned or operated by Miami -Dade County every year thereafter. C. Any child event worker, park vendor, or staff member or volunteer of a Programming Partner or CBO who: 1. Has been convicted of a violent felony or conspiracy to commit a violent felony within the past five (5) years; or 2. Has been convicted of a felony involving the trafficking of a controlled substance within the past (5) years; or 3. Has two (2) or more convictions for a violent felony, for conspiracy to commit a violent felony, or involving the trafficking of a controlled substance; or 4. Is a sexual offender or a sexual predator; or 5. Has failed to provide the employer, Programming Partner or CBO with proof of United States citizenship or legal immigration status in the United States, shall be prohibited from working or volunteering on park property owned or operated by Miami -Dade County. All child event workers, park vendors, and staff members and volunteers of a Programming Partner or CBO shall submit to their employer, to the Programming Partner, or to the CBO an affidavit affirming that no work or volunteer duties will be performed on park property owned or operated by Miami -Dade County in violation of this subsection and that any arrest will be reported to his/her employer within forty-eight (48) hours of such arrest. D. Employers of child event workers shall maintain copies of the results of the criminal background checks required by this section for a period of two (2) years from the date they were secured, and employers of park vendors, Programming Partners, and CBOs shall maintain such copies for a period of three (3) years from the date they were secured. Employers of child event workers, employers of park vendors, and Programming Partners and CBOs shall maintain the affidavits required by Section 26-38.C. and the copies of the proof of United States citizenship or legal immigration status until the person is no longer a child event worker, park vendor, staff member, or volunteer. Employers of child event workers, employers of park vendors, and Programming Partners and CBOs shall, upon request, provide copies of these documents to Miami -Dade County or to any law enforcement personnel with jurisdiction. E. Every child event worker, park vendor, and staff member and volunteer of a Programming Partner or CBO shall wear, in a conspicuous and visible manner, an identification badge that contains his/her photograph and full name while working or volunteering on park property owned or operated by Miami -Dade County, except when in costume and during a performance. The identification badge shall be of a size, design, and format approved by the Miami -Dade Parks, Recreation and Open Spaces Department. 5. I understand that the following Penalties and Enforcement shall take place for a violation of any provision of the ordinance. a. It shall be unlawful for an employer of child event workers, an employer of park vendors, or a Programming Partner or CBO to knowingly permit or allow any child event worker, park vendor, staff member, or volunteer to work or volunteer on park property owned or operated by Miami -Dade County in violation of Section 26-38. b. It shall be unlawful for any child event worker, park vendor, or staff member or volunteer of a Programming Partner or CBO to work or volunteer on park property owned or operated by Miami -Dade County in violation of Section 26-38. c. Any person who shall violate a provision of Section 26-38, or who shall knowingly or willingly provide false or erroneous information to his/her employer, or fail to comply therewith, or with any of the requirements thereof, shall upon conviction thereof in the County Court, be punished by a fine not to exceed five hundred dollars ($500.00) or by imprisonment in the County Jail for not more than sixty (60) days, or by both such fine and imprisonment. d. Any person who violates or fails to comply with Section 26-38 may be subject to civil penalties in accordance with Chapter 8CC of this Code. Each day of violation or noncompliance shall constitute a separate offense. 6. I understand that any costs or fees associated with the required background screening will be borne by my organization/agency/firm. 7. I hereby certify that the foregoing statement is true and correct in relation to the company for which I am submitting this affidavit. I further certify that this statement is being given knowingly and voluntarily by me on behalf of the company. The organization/agency/firm submitting this affidavit recognizes and acknowledges that it's subject to the provisions of Code of Miami -Dade County, Chapter 26, Article III, the Shannon Melendi Act and agrees to comply therewith. (Signature) Date Title SUBSCRIBED AND SWORN TO (or affirmed) before me this by He/She is personally known to me or has presented as identification. (Type of Identification) (Signature of Notary) (Serial Number) (Print or Stamp Name of Notary) (Expiration Date) Notary Public Notary Seal (State) ADDENDUM NO. 1 DATE: OCTOBER 10, 2023 TO: ALL PROSPECTIVE BIDDERS/PROPOSERS SUBJECT: Event No. EVN0000440 TITLE: RENTAL OF PORTABLE CHEMICAL TOILETS This Addendum becomes a part of the subject solicitation. Question and Answer: The following is a question received and corresponding County response: Question 1. Can we get last year's pricing? Answer: See attachment of current bid pricing. All other information remains the same. Miami -Dade County, Procurement Contracting Officer c: Clerk of the Board FB-00980 Rental of Portable Chemical Toilets Price List PRICING Group I — Non -Federal Funds DAILY RATES WEEKLY RATES MONTHLY RATES Item Description Per Unit or Trailer Per Unit or Trailer Per Unit or Trailer 1 Standard Portable Chemical Toilets- Single and Two Toilet Units (Standard Units) Per Section 3.2.2 $34.02/day $34.02/week $43.59/month 2 Accessible Portable Chemical Toilets (Accessible Units) Per Section 3.2.3 $61.13/day $61.13/week $73.36/month 3 Two -Station Sink Per Section 3.2.4 $37.21/day $37.21/week $60.60/month 4 Small Portable Sanitation Trailer Per Section 3.2.5 $308.33/day $398.70/week $584.76/month 5 Medium Portable Sanitation Trailer Per Section 3.2.6 $515.65/day $515.65/week $1,114.24/month 6 Large Portable Sanitation Trailer Per Section 3.2.7 $903.72/day $ 903.72/week $2,232.73/month Additional Maintenance Services • All holding tanks for waste products from the lavatories of all units shall be completely emptied and thoroughly cleaned and disinfected with an approved disinfectant, which shall be used in sufficient quantities to provide odorless operation during usage. • Clean water storage tanks for lavatories shall be cleaned as necessary and filled to capacity. Waste paper receptacles shall be emptied and cleaned as necessary. • A fresh supply of toilet paper and soap (or hand sanitizer) shall be supplied or refilled for each unit. • The inside of all units shall be thoroughly washed, scrubbed, brushed, rinsed and wiped dry. This operation shal include top and bottoms of seats and seat covers, all walls, floors and doors, tops of all tanks, all grab bars and sinks if provided in the unit. No disinfectant, water or other liquids shall be left on any touchable surface. • The outside of the units shall be scrubbed or hosed down and wiped clean. Item Description Each Additional Maintenance Services Additional Maintenance Services, excluding Emptying Holding Tanks 7 Standard Portable Chemical Toilets- Single and Two Toilet Units (Standard Units) Per Section 3.2.8 $15.84 $11.70 8 Accessible Portable Chemical Toilets (Accessible Units) Per Section 3.2.8 $18.61 $11.70 9 Two -Station Sink Per Section 3.2.8 $18.61 $15.95 10 Small Portable Sanitation Trailer Per Section 3.2.8 $76.55 $42.53 11 Medium Portable Sanitation Trailer Per Section 3.2.8 $87,18 $42.53 12 Large Portable Sanitation Trailer Per Section 3.2.8 $93.56 $42.53 Item Description Service Rate Per Pump -Out Per Tank 13 Pump -Out Service Per Section 3.2.11. for a single trailer office with two (2) single toilet holding tanks - 100 gallon tank $26.58 14 Accessible Portable Chemical Toilets (Accessible Units) Per Section 3.2.3 $53.16 15 Two -Station Sink Per Section 3.2.4 $26.58 FB-00980 Rental of Portable Chemical Toilets Price List PRICING Group II — Federal Funds DAILY RATES WEEKLY RATES MONTHLY RATES Item Description Per unit or Trailer Per U nit or Trailer Per Unit or Trailer 1 Standard Portable Chemical Toilets- Single and Two Toilet Units (Standard Units) Per Section 3.2.2 $34.021day $34.02/week $43.59/month 2 Accessible Portable Chemical Toilets (Accessible Units) Per Section 3.2.3 $61.131day $61.13/week $73.36/month 3 Two -Station Sink Per Section 3.2.4 $37.21/day $37.21/week $60.60/month 4 Small Portable Sanitation Trailer Per Section 3.2.5 $308.33/day $398.70/week $584.76/month 5 Medium Portable Sanitation Trailer Per Section 3.2.6 $515.65/day $515.65/week $1,114.24/month 6 Large Portable Sanitation Trailer Per Section 3.2.7 $903.72/day $903.721week $2,232.73/month Additional Maintenance Services • All holding tanks for waste products from the lavatories of all units shall be completely emptied and thoroughly cleaned and disinfected with an approved disinfectant, which shall be used in sufficient quantities to provide odorless operation during usage. • Clean water storage tanks for lavatories shall be cleaned as necessary and filled to capacity. • Waste paper receptacles shall be emptied and cleaned as necessary. • A fresh supply of toilet paper and soap (or hand sanitizer) shall be supplied or refilled for each unit. • The inside of all units shall be thoroughly washed, scrubbed, brushed, rinsed and wiped dry. This operation shal include top and bottoms of seats and seat covers, all walls, floors and doors, tops of all tanks, all grab bars and sinks if provided in the unit. No disinfectant, water or other liquids shall be left on any touchable surface. • The outside of the units shall be scrubbed or hosed down and wiped clean. Item Description Each Additional Maintenance Services Additional Maintenance Services, excluding Emptying Holding Tanks 7 Standard Portable Chemical Toilets- Single and Two Toilet Units (Standard Units) Per Section 3.2.2 $18.61 $11.70 8 Accessible Portable Chemical Toilets (Accessible Units) Per Section 3.2.3 $18.61 $11.70 9 Two -Station Sink Per Section 3.2.4 $18.61 $15.95 10 Small Portable Sanitation Trailer Per Section 3.2.5 $76.55 $42.53 11 Medium Portable Sanitation Trailer Per Section 3.2.6 $87,18 $42.53 12 Large Portable Sanitation Trailer Per Section 3.2.7 $93.56 $42.53 MIAMI•DADE COUNTY ADDENDUM NO. 2 DATE: October 24, 2023 TO: ALL PROSPECTIVE BIDDERS SOLICITATION NO.: EVN0000440 TITLE: Rental of Portable Chemical Toilets This Addendum is and does become a part of the above -mentioned solicitation. A. Revisions to Bid Documents: N/A B. Questions and Answers: The following are pre -submittal questions received and corresponding County responses: Question 2: Answer: Single portable toilets, it reads Single and Two Toilet Unit (Standard Units). A single unit is a regular portable toilet sold/ rented in the industry. a) What do you mean by Two Toilet Unit? We are not aware of any two toilet units in existence. Can you clarify? b) If it something that exists in the Market, can you let us know where to find it? Once you define Two Toilet Units, you may need to eliminate or separate that category, due to it would be double of everything. a) Two -toilet unit means two single units that have been embedded in a single planform that can be moved as a single unit and comply with all the OSHA portable toilet requirements and regulations. Please see picture below: Photo No. 1 Page 1 of 3 MIAMIZ COUNTY b) The two -toilet unit in Photo No. 1 (above) can be found in the following link: Portable toilets units Images. However, the two -toilet unit is not a mandatory requirement, therefore Bidder may disregard, and provide pricing for a single unit. Multiple single units may be requested by Miami - Dade County on an as needed basis. Additional clarification is provided below on two (2) additional photo examples for informational purposes only. Photo #2 Photo #3 Page 2 of 3 MIAMI•DADE11 COUNTY Question 3: You have a few pages to fill out and notaries in INFORMS, will there be a place to upload these pages? Answer: Yes, after you fill out the forms, you can print them out, notarize them (sign/date), then scan and upload the documents in INFORMS when submitting your bid. Question 4: Will you be having a pre -bid meeting? Answer: No pre -bid meeting is scheduled. All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Miami -Dade County, Procurement Contracting Officer c: Clerk of the Board Page 3 of 3 MIAMI•DADE COUNTY ADDENDUM NO. 3 DATE: October 26, 2023 TO: ALL PROSPECTIVE BIDDERS SOLICITATION NO.: EVN0000440 TITLE: Rental of Portable Chemical Toilets This Addendum is and does become a part of the above -mentioned solicitation. A. Revisions to Bid Documents: The following changes shall be incorporated in the subject solicitation as indicated below: 1. Pursuant to Section 3, Scope of Work/Technical Specifications, paragraph 3.2.2, the title of the paragraph is hereby Modified to omit the strikethrough language as follows: 3.2.2 Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units) 2. Pursuant to Section 4, Bid Submittal Form, Line Items 1 through 3 for Group A and Line Items 34 through 36 for Group B are hereby Modified to omit the strikethrough language as follows: A. Group 1: RENTAL OF PORTABLE CHEMICAL TOILETS FOR NON -FEDERALLY FUNDED DEPARTMENTS Item No. Annual Estimated Quantity Unit of Measure Description 1 150 Daily Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Daily Basis) 2 10 Weekly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Weekly Basis) 3 600 Monthly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Monthly Basis) B. GROUP2: RENTAL OF PORTABLE CHEMICAL TOILETS FOR FEDERALLY FUNDED DEPARTMENTS Item No. Annual Estimated Quantity Unit of Measure Description 34 2 Daily Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Daily Basis) 35 2 Weekly Rental of a Standard Portable Chemical Toilets — Single and Two Toilet Units (Standard Units), Per Section 3.2.2. (On a Weekly Basis) 36 7 Monthly Rental of a Standard Portable Chemical Toilets — Single and Tw Toilet Units (Standard Units), Per Section 3.2.2. (On a Monthly Basis) B. Questions and Answers: The following is pre -submittal question received and corresponding County response: Question 5: What you have shown as picture number 1 is a one off custom portable restroom with running water and needs to be moved around with a forklift which most time are on wheels built out of Page 1 of 2 MIAMI•DADE COUNTY steel. It can be considered a portable restroom but not the same as a regular portable toilet by any standard in the industry and cannot be moved as a regular portable toilet by a person. Picture number 1 only confuses things for the bid. as if someone wants that unit. it will be very difficult to find as that one was made in China and not available to buy and cost very different and is not available on the market. custom made. Picture number 1 is equal to the small portable trailer only difference is it is moved by forklift and is not on wheels. Picture number 2 is of a 4- stall trailer which is not on the bid. Picture number 3 is 4 portable toilets side by side. If the county is looking to bid two regular portable toilets Side by Side as picture#3 then they should have a group for a 2 portable toilets side by side. Which should not be necessary as when order portable toilets the county of will order 1, 2,3,4 single portables. the language two -toilets units should be taken out of group 1. What the county answered did not clarify question? Answer: Please see changes to the Bid Document above. The pictures provided were for informational purposes only, provide prices in accordance with the updated changes. Question 6: Two units is not mandatory requirement and bidder may disregard and provide pricing for a single. Can the county clarify that statement? Answer: Please see changes to the Bid Document. This means the two -toilet units are omitted. All terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply, except to the extent herein amended. Miami -Dade County, -_z z ;c t Procurement Contracting Officer c: Clerk of the Board Page 2 of 2 TALLY SHEET Solicitation Dumber: EV80000440 Summary Description: Rental of Portable Chemical Toilets Solicitation Opening/Closing Date: November 2, 2023 Prepared By: Sherry Y. Crockett Verified 13 • Marcelo Cam 0-7 ai3 1122202.1 Vendor Name- A.E.B. Portable Sanitation Inc. Doodle Calls Inc. Friendly John Inc. John To Go Florida LLC Technology Partners Group LLC YML Portable Resirooms LLC Vendor's FEIN/Suffix Na- 6..9239 831878317 65011.18 9.00.81 842681845 371729]]6 Registered Vendor-, Yes Yes Yes No- Pending Supplier Conversion No Na Company Operating Address-, 110. NW 36th Avenue Miami, Florida 33167 2410 NW 16. Lane Pampa. Beach, Ronda 33064 2122 NW 1th Avenue Miami, Flan. 33127 29055 SW 101th Avenue Homestead, Ronda 33134 11860 West Stale Road 84 B-5 Davie, Florida.325 1150 NW 72. Avenue, Suite 510 Miami, ton. 33126 Company Cont. Person-, Rene Guerra Jeff Simmons Mike Gonzalez Abe Bauer Bran.n Pinto Robert Herrera Conviction Disclosure Affirmed-, Na Na No Yes Yes Na SIDE Affirmed-, No No Na No Na No Local Preference Certification Affirmed-, Yes Na Yes Yes Yes No Locally H ea dqua hered Business Certification-, Yes Na Yes Yes Yes Yes Local Certified Veteran Business Enterprise Certification Affirmed-, Na Na Na Na Na No Scrutinized Companies Initialed-, Yes Yes Yes Yes Na Yes Waiver of Confidentiality a. Trade Secret Treatment of Bid Signed, Yes Yes Yes Yes Yes Yes Bid Submittal Signed-, Yes Yes Yes Yes Yes Yes Subconfra dorSu poker Listing Completed-, Yes Yes Yes Yes Yes Yes Contractor Due Dilligence Affidavit Completed-, Yes Yes Yes Yes Yes Yes Non-C ollu don Affidavit Completed-, NIA NIA NIA Yes N/A NIA CAO Required-, NIA NIA NIA NIA NIA NIA Compliance Resod Reviews./Any Violations Found-, NIA NIA NIA Pending Supplier Conversion NIA NIA Item Description No. Estimated Quantity Annual Current Pnce Unitof Measure Unit Pnce Extended Price Unit Pnce Extended Price Unit Pnce Extended Price Unit Pnce Extended Price Unit Pnce Extended Price Unit Pnce Extended Price Gro p 1: Rental of Portable Chemctal Toilets for Mon -Federally Funded Departments 1 Rental of Standard Portable Chemical Toile6-Single Toilet Units (Standard Units), Per Section 322 (On a Daily Bwis) 150 $3402 Daily $4200 $6,30000 $10000 $1500000 $6000 $9,00000 $3399 $5,098.. $19505 $2925750 $10000 $1500000 2 Rental of 6fantleM Portable Chemical Valets -Single Toilet Units (61anda2 Units), Per Section 322. (On a Weekly Basis) 10 $3402 Weekly $4200 $42000 $15000 $1,50000 $10000 $100000 $3399 $339.90 $19505 $1,95050 $17500 $175000 Rental of StantlaN Potable Chemical Toilets - Single Toilet Units (Standard Units), Per Section 322. (On a Monthly Basis) 600 $4359 Monthly 864.00 $38,40000 $27500 $165,00000 $15000 $9000000 $43.29 $2597400 $19505 $117,03000 $22500 $135,00000 4 Rental of an Accessible Portable Chemical Tolets(Accessible Units), Per Section 323. (Ono Daly Basis) 125 $ 6113 Daly 86100 $162500 $10000 $12,50000 89500 $116]500 $6099 $1623 ]5 $32635 $40,]93.]5 $25000 $312.00 5 Rental of an Accessible Potable Chemical Toilet (Accessible Units), Per Seetion323.(On a Weekly Basis) 20 $6113 Weekly $6100 $122000 $18750 $3,75000 $15000 $3,00000 $6099 $121980 $32635 $6,527.00 $30000 $8,00000 6 Rental of an Acceesible Portable Chemical Toilet (Accessible Units), Per Sedan 323.(On a Monthly Basis) 20 $7336 Monthly 884.00 $168000 $37500 $7,50000 $17500 $3,50000 $7319 $146330 $326.35 $6,52700 $35000 $7,00000 7 Rental of a Two -Station Sink, Per Sechon324.(On a Daily B.is) 2 $37.21 Daily $5000 $10000 $10000 $20000 $9500 $19000 $3110 $7420 $231T7 $46354 $15000 $30000 8 Rental of a Two -Station Sink Per Sechon324.(On a Weekly Basis) 2 $3721 Weekly $5000 $10000 $16250 $32500 $16000 $32000 $3110 $7420 $231 T! $463.54 $10000 $20000 9 Rental of a Two -Station Sink, Per Section324. (On a Monthly Basis) 2 $6060 Monthly $6700 $13400 $32500 $65000 $18500 $37000 $5999 $11998 $231T7 $403.54 $15000 $30000 10 Rental of a Small Portable Sanitation Trailer Per S&0 325.(On a Daily Basis) 5 $30033 Daily $41400 $2,07000 $2,00000 $1000000 $80000 $4 000 00 $30599 $152995 $528045 $2040225 $80000 $4,00000 11 Rental of a Small Portable Sanitation Trailer, Per Sedan 325.(On a Weekly Basis) 2 $39070 Weekly $41400 $82000 $1,70000 $3,40000 $150000 $3 000 00 $39049 $79698 $5,28045 $1056090 $150000 $3,00000 12 Rental of a Small Portable Sanitation Trailer Per Sechon325. (On a Monthly Basis) 90 $58476 Monthly $72500 $6525000 $6,80000 $61200000 $180000 $16200000 $50450 $5260500 $528045 $475,24050 $2,00000 $180,00000 13 Rental of a Medium Portable Sanitation Trailer Per Sedan 326.(On a Daily Basis) 5 $51565 Daily $64000 $3,20000 $3,25000 $1625000 $110000 $5,50000 $51549 $2,5]]45 $550550 $27,52750 $120000 $8,00000 14 Rental of a Medium Portable Sanitation Trailer, Per Sechon326. (On a Weekly Basis) 5 $51565 Weekly $640.00 $3,20000 $4,25000 $2125000 $150000 $7,50000 $51549 $2,5/7.45 $5,505.50 $27,52750 $200000 $1090000 15 Rental of a Medium Portable Sanitation Trailer Per Section 3. 26.(On a Monthly Basis) 30 $111425 Monthly $144400 $4332300 $1300000 $390,00000 $180000 $54,00000 $111010 $3330300 $5,505.50 $165,16500 $300000 $9000000 16 Rental of a Large Portable Sanitation Trailer, Per Section 32].(On a Daily Basis) 1 $90312 Daily $110000 $110000 $3,50000 $3,.000 $2,10000 $210000 $90230 $90230 $11000.72 $11000.72 $150000 $1;0000 17 Rental of a Large Portable Sanitation Trailer, Per Section 327(On a Weekly Basis) 1 $90312 Weekly $1,10000 $1,10000 $475000 $4,75000 $2,70000 $2,70000 $90230 $90230 $11,00072 $11,000]2 $2,30000 $2,30000 18 Renal of a Large Portable Sanitation Trailer, Per Sedan 327.(On a Monthly Basis) 1 $2,231.73 Monthly $2.000 $2,60000 $1425000 $1425000 $3,20000 $3,20000 $2,20000 $2,20000 $11000.72 $11000.72 $3500.00 $3,50000 Additional Maintenance Services for ea. Stantlard Portable Chemical Toilets - Single Toilet 19 Units(9and and Units) described in Section 322. (Performing all services per Section 32A). Disposal costs included in [Ns pulse. 20 $1584 Each $1650 $33000 $21500 $4,30000 $1500 $30000 $1499 $29980 $5618 $112360 $15000 $3,00000 Additional Maintenance Services for each Standard Potable Chemical Valets - Single Toilet 20 Units (Standard Units) described in Section 322. (Performing all services per Section 3.1.8 excluding emptying holding tanks). 10 $1120 Each $1000 $10000 $5000 $50000 $1500 $15000 $11 25 $11250 $5518 $56180 $10000 $100000 Additional Mane...Services for each Accessible Portable Chemical Toilets (Accessible Units) 21 described in Section 323.(Performing all services per Section 322). Disposal costs included In this Pnce. 15 $1861 Each $1650 $247.50 $21500 $3,22500 $1500 $22500 $1650 $24/50 $5618 $84270 $15000 $2,25000 Additional Maintenance Services for each Accessible Portable Chemical Tod. (Accessible Units) 22 described in Section 323. (Performing all services per Section 3.18 excluding emptying holding tanks). 5 $1120 Ea. $1000 $:000 $5000 $25000 $1500 $7500 $1125 $5625 $6052 $30260 $10000 $50000 23 Additional Maintenance Services far each TwoStation Sink deserted in Section 329 (Performing all services per Section 3.1.8). Disposal cests indudd in this price. 5 $1961 Each $1/.50 $8750 $21500 $107500 $2500 $12500 $1650 $8250 $4620 $23350 $15000 $75000 24 Additional Maintenance Services for each Two -Station Sink tlescrihetl in Section 324. (Performing all services per Section 3.18 excluding emptying holding tanks). 5 $1595 Each $1500 $7500 $5000 $25000 $2500 $12500 $1535 $1675 $46.70 $23350 $10000 $.000 25 Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 325. (Performing all services per Section 3.1.8) Disposal costs included in this price. 2. $7655 Each 88700 $226,20000 $29500 $]6],00000 $10000 $280,00000 $7450 $193,70000 $224 ]0 $584,22000 830000 $780,00000 26 Additional Maintenance Services for each Small Portable Sanitation Trailer described in Section 32 5. (Performing alrvices per Section 31.8 excluding emptying holding tanks). 50 $4253 Each $4500 $2,25000 $15000 $7,50000 $10000 $5,00000 $4190 $2,09500 $22470 $1123500 $25000 $1250000 2] Additional MaintenaServices far each Medium Portable Sanitation Trailer deserted in Section 326. (Perfong all services per Section 3.28). Disposal cosh indu.d in this price. ]50 $87.18 Each $98.00 $7350000 $42500 $318,75000 $15000 $112,50000 $.00 $6375000 $.940 $337,05000 $30000 $225,00000 28 Additional MaintenaServices for each Medium Portable Sanitation Trailer deserted in Section 326. (Perfong all services per Section 3.1.8 excluding emptying holding tanks). 50 $4253 Each $5000 $2,50000 $.000 $1000000 $15000 $7,50000 $4000 $2,00000 $44940 $22,47000 $25000 $1250000 29 Additional MaintenanServices for each Large Portable Sanitation Trailer described in Section pe3284 Disposal costs Mud. in this price.Services 1rvices farge Potable Sanitation Tailerdescribetl in Section pe3.1.8 excluding emptying holding tanks). 1EY: $2]500 $2,75000 $200rvices ection 33le traileroftice with two (,)angle toiletMloing tanks Rate P-Out Per Tank). Disposal costs incl Wed in this once.ection 1ice 33ngle traileroffice with two(2) single toilet Mltling tanks Rate Pp -Out Per Tank). Disposal costs indu.d in this price.stian 1ice 3.3ngle hailer aftice with ane(1) single toilet holding tank- Rate Per Pump - Out Per Tank). Disposal coats included in this price. 1erch$50$6p0000$200e Total Evaluated Prise for Group 1(Items 1-33)- W7,531.00 S1,406,800.00 $761,475.00 $404,934.36 $1,953,483.61 81,551,100.00 Ranking for 0.0.11 6 3 1 5 0 5%ThresMltl $415,181.69 109 Threshold $445,417.80 159 Threshold $465674.81 Gro p 1- Rental of Portbale Chemical Toilets for Federally Funded Departmenta Rental ofa Standard Portable Chemical Toilets - Single Toilet Units (61andeM Units), Per 34 Section 322. (On a Daily Basis) 2 $3402 Deily $4200 $8400 $12500 $25000 $6000 $12000 $3399 $6198 $19505 $39010 $10000 $200.00 Rental of Sfantlattl Portable Chemical Toilets - Single Toilet Units (Standard UMW, Per Sedan 35 322. (On a Weekly Basis) 2 $3402 Weekly $4200 $8400 $27500 $55000 $10000 $20000 $3399 $6798 $19505 $39010 $17500 $35000 Rental of Standard Potable Chemical Valets - Single Toilet Units (Standard Units), Per Section 36 322_ (On a Monthly Basis) ] $4359 Monthly WOO $44000 $110000 $7,70000 $15000 $105000 $4329 $30303 $19505 $1365.35 $22500 $157500 Rental of an Accessible Portable Chemical Toilets (Accessible Units), Per Sedion 323. (Ono 3] Daly Basis) 2 $6113 Daily $6100 $12200 $12500 $25000 $9500 $19000 $6099 $12198 $32625 $65270 $25000 $50000 Rental of an Accessible Potable Chemical Toilets (Acceesible Units), Per Section 323. (Ono 30 Weekly Basis) 2 $6113 Weekly $6100 $12200 $3]500 $75000 $15000 $30000 $6099 $12198 $32625 $65270 $30000 $60000 TALLY SHEET 39 Rental of an Accessible Portable Chemical Talets (Accessible Units), Per Section 323. (Ora Monthly Basis) e $7336 Monthly 88400 $16800 4150000 $3,W000 $17500 $350W $]319 $14638 $32645 $652 ]0 $350W $]BOOB 40 Rental of a TwoS4tion Sink Per Sedan 324_(On a Daily Basis) 1 $3721 Daily $5000 $:000 812900 812500 $9500 89500 $37.10 $3110 $23177 $231]] 815000 $15000 41 Rental of a Teo -Station Sink, Per Sechon324.(On a Weekly Basis( 1 83721 Weekly 830.00 $5000 832500 832500 $16000 816000 $3110 $37.10 $2317] 823177 $15000 815000 42 Rental of a TwoSlation Sink, PerSa2on 324.(On a Monthly Basis( 1 $6060 Monthly 86700 $6700 $130000 8130000 $18500 $18500 $5999 $5999 823177 $23177 $150.00 $15000 43 Rental of a Small Portable Sanitation Trailer, Per See4on325. (On a Daily Basis) 1 $30833 Daily 841400 $41400 $2,00000 $2,00000 $80000 880000 $30599 $30599 $5,28045 83,28045 880000 440000 44 Rental of a Small Portable Sanitation Trailer Per Section 325.(On a Weekly Basis( 1 $39870 Weekly $41400 $41400 $4,00000 84,00000 $150000 8150000 $39849 $39849 8528045 $5,28045 $150000 8150000 45 Rental of a Small Portable Sanitation Trailer Per Sec.on325.(On a Mon*ly Basis) 10 $58476 Monthly 872500 $125000 $1600000 $160,00000 $181000 81800000 $58450 $5,84500 $5,28045 $5280450 82,00000 $2000000 46 Rental of a Medium Portable San.. Trailer, PerSee5on 326(On a Daily Basis( 1 $515fi5 Daily 864000 $64000 83,23000 $3,25000 $110000 $1,10000 $51549 $51549 $5,30515 $5,50515 $120000 $120000 47 Rental of a Medium Portable San.. Trailer, Per See5on32.6(On aWeedy Basis) 1 $51565 Weekly $64000 $64000 $8,00000 88,00000 $150000 81,30000 851549 $51549 $530515 8550515 $2,00000 $2,00000 48 Rental of a Medium Portable Sanitation Trailer Per Ss4on326 (On a Monthly Basis) 8 $1.11424 Monthly $144400 $1155200 $3200000 $256,00000 $181000 81490000 $1,11010 $883080 $5,50515 $44,04120 83,00000 82900000 49 Rental of a Large Portable Sanitation Trailer Per Sedan 327.(On a Daily Basis) 1 $90372 Daily $110000 $110000 $3,50000 $3,50000 $2,10000 82,10000 890230 $90230 $1100072 81100072 8150000 $150000 50 Rental of a Large Portable Sanitation Trailer ona weeklybasis, Per Sec4on 327.(On a Weekly Be.) 1 $90312 Weekly $1100.00 $110600 $1000000 $1000000 $3,]00 W 83,70000 890230 $90230 $110W]2 $1100072 $230040 $2,30000 51 Large Portable Sanl30 Trailer, Per Section 327. (On a Modhy Basis) 8 52,23273 Monthly 52,6000 52080000 83500000 8280,00000 8320000 82500000 82,20000 $17,60000 81100072 48800576 43,50000 82800000 Additional Maintenance Services for each Stantlartl Portable Chemical Toilets — Single Talet 52 Units(S5Mand Units) described In Sedan 322.(Performing all services per Section 32.0). Disposal cods include In this puce. 1 $1861 Each 81650 $1650 843000 843000 $1500 $1500 81499 $1499 $5618 85618 $15000 815000 Atl4tional Maintenance Services for each Standard Portable Chemical Toilets — Single Toilet 53 Units (Stallard Units) described In Sedan 322. (Performing all services per Section 3.2.6 excluding emptying holding tanks). 1 $1170 Ea. 81000 $1000 $10000 $10000 $1500 81500 $1125 $1125 $5618 $5618 $10000 810600 Additional Meintenarce Services for each Accwssible Portable Chemical Tor. (Aeceasible Units) 54 described In Sedan 323. (Performing all services per Section 32.8). Disposal cods included In this puce. 1 $1861 Each 81650 $1650 $43000 $43000 $1500 81500 $1650 $1650 $60.52 $6052 $15000 815000 Additonal Maintenance Services for each Acessble Portable Chemical Toilets(Accessible Units) 55 deserted in Section 323. (Perfomring all services per Section 3.18 excluding emptying holding tanks). 1 $1170 Each $1000 $1000 810000 $10000 $1500 81500 $1125 $1125 $6052 $6052 $10000 810000 Additional Maintenance Services far eat TwaStahon Sink Per Sedan324. (Performing all 56 services per Section 3.1.8). Disposal costs inelu.d In this price. 1 $1861 EaM 81]50 $1750 $43000 $43000 $2500 $2500 $1650 $1650 $46.]0 $46.70 $15000 $15000 Additional Maintenance Services foreach Two-Stahon Sink Per Sedian 324. (Performing all 57 per Section 3.1.8 excluding emptying holding Unlash1 es $1595 EaM 81000 $1000 $10000 $100W $2500 $2500 $1535 $1533 $46.]0 $46.70 $10000 $10000 58 Adeitonal Maintenance Services for each Small Potable Sanitation Trailer describedin Sedan 325.(Performing all services per Section 3.1.8). Disposal costancluded In Nis price. 1 $7655 Ea. 88700 88700 360000 450000 $10000 $10000 $7450 $7450 $15760 $157.60 BOOW 430000 59 Atltlitional Maintenance Services for each Small Portable Sanitdion Trailer des... Section 326.(Performing all services per Section 3.1.8 excluding emptying holding tanks). 1 $4253 Each 845.00 $4500 830 W $4O00 810000 810000 $4190 $4190 $15]fi0 $15]60 g25000 823000 60 Additional Maintenance Services for seta Medium Portable ...ion Trailer deserted N Section 326.fPerforming all services per Section 3.1.8). Disposal costs Inclutlee In Nis price. 1 $8118 Each 89800 $98.00 455000 $85000 815000 815000 $8500 $8500 $20804 $21804 $30000 83000 61 Atldtional Maintenance Services for each Medium Portable Sanitation Trailer eesvibed in Sedan 326.(Performing all services per Section 3.1.8 excluding emptying holding Lanka). $4253 Ea. $3000 8.00 $40000 400 00 $15000 813000 $4000 $4000 $21804 $20804 $25000 $23000 62 Additional Maintenance Services for each Large Portable Sanitdion Toiler eesaibetl in Section 327 (Performing all services per Section 328). Disposal costancluaed In Nis price. 1 $9356 542 89900 $9900 $105000 $105000 $20000 $210W $9290 $9290 $277.37 $2]]3] 830000 $30OW 63 Additional Maintenance Services for each Large Portable Sanitdion Trailer deserter. Section 327.(Performing all services perSection 3.1.8 excluding emptying holding Lanka). $4253 Ea. $5000 $5000 $550 W $550W $20000 820000 $4000 $40.00 $2]] 37 $2]137 g25000 $25000 Total Evaluated Price for Group 1(items 34-63)— 545,614.50 5746,340.00i 571,360.00 537289.51 5134,835.88 588,075.00 Ranking 2 6 ] 5 4 5%Threshold 539,164.00 10%Thresholtl 541,018A7 15%Threshold 541,882.95 Total Annual Price 5533,146.50 53,156,140.00 5834,835.00 5441,213.88 52,188,319.50 51,630,175.00 Total 5-7ear Price: 52665,732.50 515,780,700.00 54,174,175.00 52,111,119.40 512041,597.50 58,195,875.00 2.4 BIDDER REOUIREMENTS ...or Bid.. Subcontractor shall be regularly engaged In the lowness of providing rental and maintenance services for potable chemical toilet: to he considered for award. adder or Bidder's Subcontractor shall pros.. (2) di.rent references 5em customers to whom the Bitleer or Bidders Subcontractor has provitletl or is currently providing rental of portable chemical toilets as dexnbed throughout this So... In lieu of the references tram Ne adder or Bidders Subcontractor, the County will consider the references from Bidder's N key personnel In accordance wily Resolution No.112221. The m.o.. should include the customers company name, and to cont.% me. de, address, mlephone number, and amail odors of the contact person who can verify that the ltd./key personnellSubcontrador has success011y provided the services requested In Nis Solioitaton (Section 4, Bid Su..I Form). These references shall ascertain to Ne.unty's sahsfadion thatlye Bidtler/key personnel I Subcontractor has s.went expetlise In the Musty and its firm is properly equipped to peeorm the stared services. Provided Provided Provided References vented Provided Provided Bidden shall assign a competent company repnesentaeve who is cognisant of industry standards and is authonixed N tliscuss matters sy pertaining to the resultant contract, t provme fine County with support and Inform... The company representaive shall be able to nicate with the County and shall have full author. toad on behalf of the Bidden on all matters related to the resultant contrast w Bidders are°oared to pmvitle their desig nated company representdives name, phone number, and amail address. All resources shall be evadable twenty-four(24) hours a day to provitleimmeeiate supporta. expedite services. Provided Wooded Provided Provided Provieetl Provided N Bidden shall submit a copy of its cement Certificate of competency issued by Mo. C.° County for po..chemi. moats. Provided Did not Provme Provided Proo.d Provided Provided Elden on Bid.. Subcontractor shall have a valor and active Miami -Code County Department of Regulatory and Economic Resources Resources Management(DERM) tquel Wasm Haulers 0rme for haul. and dispcsi00 of that wastewater. If thesly Bie.ts) only does,the rental business butmes not haul the wastewater,the %dd. shall provitle the name of the company or w Division ofdoes subcontractor they use to do the pumaouts and perm, number for venl8oaeon purposes. Provided Provided Provided Provides Provided Provded THIS TABULATION IS NOT A DETERMINATION OF AWARD, RESPONSIVENESS, OR RESPONSIBILITY. THE INFORMATION IN THIS DOCUMENT IS SUBJECT TO CHANGE. City of Miami Master Report Enactment Number: R-08-0381 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 08-00716 Version: 1 File Name: Authorizing Provision -Portable Toilets File Type: Resolution Status: Passed Reference: Controlling Body: Office of the City Clerk Introduced: 6/16/2008 Requester: Department of Purchasing Cost: Final Action: 7/10/2008 Title: A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE PROVISION OF THE RENTAL OF PORTABLE TOILETS, FROM VARIOUS VENDORS UNDER EXISTING MIAMI-DADE COUNTY CONTRACT NO. 6118-4/13, EFFECTIVE THROUGH MAY 31, 2009, WITH OPTIONS TO RENEW FOR FOUR (4) ADDITIONAL ONE (1) YEAR PERIODS, SUBJECT TO ANY EXTENSIONS AND/OR REPLACEMENT CONTRACTS BY MIAMI-DADE COUNTY; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE USER DEPARTMENTS AND AGENCIES, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED. Sponsors: Notes: Indexes: Attachments: 08-00716 Legislation.pdf,08-00716 Summary Form.pdf,08-00716 Resolution.pdf,08-00716 Items Awarded.pdf,08-00716 Contract Sheet.pdf,08-00716 Invitation for Bid.pdf,08-00716 Affidavits.pdf, History of Legislative File Version: Acting Body: Date: Action: Sent To: Due Date: Return Date: Result: 1 Office of the City 6/27/2008 Attorney 1 City Commission 7/10/2008 1 Office of the Mayor 7/15/2008 1 Office of the City Clerk 7/16/2008 Reviewed and Approved ADOPTED Signed by the Mayor Office of the City Clerk Signed and Attested by City Clerk Pass City of Miami Page 1 Printed on 3/6/2019 A`GRLI CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 6/12/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Alliant Insurance Services, Inc. 150 W. Main Street, Suite 1740 Norfolk VA 23510 License#: 0C36861 CONTACT NAME: Sean Samuels PHONE FAX (A/C No Ext): 804-799-4373 (A/C, No): E-MAIL ADDR ESS: sean.samuels@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Nautilus Insurance Company 17370 INSURED TOILTOG-01 Toilets To Go LLC and John To Go Inc. (SEE ATTACHED NAMED INSURED SCHEDULE FOR COMPLETE LIST OF NAMED INSUREDS) 21 Van Natta Drive Ringwood NJ 07456 INSURERB: Key Risk Insurance Company 10885 INsuRERc: Argonaut Insurance Company 19801 INSURERD: NorthStone Insurance Company 13045 INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: 1502634213 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y GSP2041447-10 9/27/2023 9/27/2024 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES jE X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y BAP2041446-10 9/27/2023 9/27/2024 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE Y FFX2041448-10 9/27/2023 9/27/2024 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED RETENTION $ $ c D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A Y WC929028801614 WCN6009282 9/27/2023 9/27/2023 9/27/2024 9/27/2024 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Contract #EVN0000440, Rental of Portable Chemical Toilets. City of Miami is included as Additional Insured with respect to the General Liability, Automobile Liability and Umbrella/Excess Liability policies, where required by written contract. A Waiver of Subrogation applies in favor of the Additional Insured in regards to the Workers Compensation policy, as permitted by state law and where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Miami 444 S.W. 2nd Avenue Miami FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ---'7,--7;-2.---L____—' ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Toilets To Go LLC Named Insureds Toilets To Go LLC John To Go NY LLC Toilets To Go NJ LLC John To Go Inc. Restrooms To Go LLC VIP To Go LLC John To Go Florida LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS AUTOMATIC STATUS — ONGOING OPERATIONS Policy Number Policy Effective Date Policy Expiration Date Endorsement Effective Date GSP2041447-10 9/27/2023 9/27/2024 9/27/2023 This endorsement modifies insurance provided under the following: COMBINED GENERAL LIABILITY AND SITE SPECIFIC POLLUTION LIABILITY POLICY I. SECTION III — WHO IS AN INSURED is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement, in effect during this policy period, that such person or organization be added as an additional insured on this policy; and 2. Any other person or organization you are explicitly required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such contract or agreement must be executed and in effect prior to the performance of your work which is the subject of such contract or agreement. Such person(s) or organization(s) is an additional insured only with respect to liability for bodily injury or property damage under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY or personal injury or advertising injury under SECTION I - COVERAGE B — PERSONAL AND ADVERTISING INJURY LIABILITY directly caused by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured described in Paragraph 1. or 2. above. However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured, and We will not extend any insurance coverage to any additional insured that is not provided to you in this policy. A person's or organization's status as an additional insured under this endorsement ends when your operations for the person or organization described in Paragraph 1. above are completed. II. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the occurrence which caused the bodily injury or property damage, or the offense which caused the personal and advertising injury, involved the rendering of, or the failure to render any professional architectural, engineering or surveying services. b. Bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any GSP71781220 Includes copyrighted material of Insurance Services Office, Inc., used with its permission. Page 1 of 2 person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. III. With respect to the insurance afforded to these additional insureds, the following is added to SECTION IV — LIMITS OF INSURANCE: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph 1.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. IV. With respect to the insurance afforded to these additional insureds, the following is added to SECTION V — REPORTING, DEFENSE, SETTLEMENT & COOPERATION: 1. Duties -- Additional Insured An additional insured must see to it that: a. We are notified in writing as soon as practicable of an occurrence or offense which may result in a claim or suit; b. We receive written notice of a claim or suit as soon as practicable; and c. A request for defense and indemnity of the claim or suit will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the contract or agreement requires that this coverage be primary and noncontributory. V. SECTION VI — CONDITION 10. — Other Insurance is amended by the addition of the following which supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to a person(s) or organization(s) included as an additional insured under this endorsement provided that: 1. The additional insured person(s) or organization(s) is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement, in effect during this policy period, that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured person(s) or organization(s). Such contract or agreement must be executed and in effect prior to the performance of your work which is the subject of such contract or agreement. However, this provision does not apply if the other insurance available to the person(s) or organization(s) included as an additional insured is Owners and Contractors Protective Liability, Railroad Protective Liability, or similar project - specific, primary insurance. VI. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a SCHEDULE of additional insureds, and which endorsement applies to that designated additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. GSP71781220 Includes copyrighted material of Insurance Services Office, Inc., used with its permission. Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS AUTOMATIC STATUS — COMPLETED OPERATIONS Policy Number Policy Effective Date Policy Expiration Date Endorsement Effective Date GSP2041447-10 9/27/2023 9/27/2024 9/27/2023 This endorsement modifies insurance provided under the following: COMBINED GENERAL LIABILITY AND SITE SPECIFIC POLLUTION LIABILITY POLICY I. SECTION III — WHO IS AN INSURED is amended to include as an additional insured: 1. Any person or organization for whom you have performed operations when you and such person or organization have agreed in writing in a contract or agreement, in effect during this policy period, that such person or organization be added as an additional insured on this policy; and 2. Any other person or organization you are explicitly required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such contract or agreement must be executed and in effect prior to the performance of your work included in the products -completed operations hazard which is the subject of such contract or agreement. Such person(s) or organization(s) is an additional insured only with respect to liability for bodily injury or property damage under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY directly caused by your work performed for the additional insured described in Paragraph 1. or 2. above, and included in the products -completed operations hazard. However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; and We will not extend any insurance coverage to any additional insured that is not provided to you in this policy. II. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: a. Bodily injury or property damage arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the occurrence which caused the bodily injury or property damage involved the rendering of, or the failure to render any professional architectural, engineering or surveying services. III. With respect to the insurance afforded to these additional insureds, the following is added to SECTION IV — LIMITS OF INSURANCE: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph 1.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. GSP71761220 Includes copyrighted material of Insurance Services Office, Inc., used with its permission. Page 1 of 2 IV. With respect to the insurance afforded to these additional insureds, the following is added to SECTION V — REPORTING, DEFENSE, SETTLEMENT & COOPERATION: 1. Duties -- Additional Insured An additional insured must see to it that: a. We are notified in writing as soon as practicable of an occurrence which may result in a claim or suit; b. We receive written notice of a claim or suit as soon as practicable; and c. A request for defense and indemnity of the claim or suit will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the contract or agreement requires that this coverage be primary and noncontributory. V. SECTION VI — CONDITION 10. — Other Insurance is amended by the addition of the following which supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to a person(s) or organization(s) included as an additional insured under this endorsement provided that: a. The additional insured person(s) or organization(s) is a Named Insured under such other insurance; and b. You have agreed in writing in a contract or agreement, in effect during this policy period, that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured person(s) or organization(s). Such contract or agreement must be executed and in effect prior to the performance of your work included in the products -completed operations hazard which is the subject of such contract or agreement. However, this provision does not apply if the other insurance available to the person(s) or organization(s) included as an additional insured is Owners and Contractors Protective Liability, Railroad Protective Liability, or similar project - specific, primary insurance. VI. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a SCHEDULE of additional insureds, and which endorsement applies to that designated additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. GSP71761220 Includes copyrighted material of Insurance Services Office, Inc., used with its permission. Page 2 of 2 BENV CA 06 09 17 ENDORSEMENT This endorsement forms a part of the policy to which it is attached. Please read it carefully. BUSINESS AUTO - ADDITIONAL INSURED WHEN REQUIRED BY CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section II - Liability Coverage A. - Coverage, 1. Who is an Insured, is amended to add: d. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy; or 2. The coverage and/or limits required by said contract or agreement. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. Includes copyrighted material of Insurance Services Office, Inc., with its permission. BENV CA 06 09 17 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Blanket - Any party with whom the insured agrees to waive subrogation in a written contract. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Date: 0 9/ 2 7/ 2 02 3 Policy No, WC 929028801614 Endorsement No. Policy Effective Date: 09/27/2023 to 09/27/2024 Premium $ Insured: John To Go Inc DBA: Carrier Name / Code: Argonaut Insurance Company WC 00 03 13 (Ed. 4-84) Countersigned by rage 1 aT 1 Olivera, Rosemary From: Gandarilla, Aimee Sent: Monday, June 24, 2024 9:38 AM To: Hannon, Todd Cc: Olivera, Rosemary; Brown, Sadie; Mickens, Tania Subject: Supplemental Agreement Rental of Portable Chemical Toilets MDC EVN0000440 (matter 24-1149) Attachments: Supplemental Agreement Rental of Portable Chemical Toilets MDC EVN0000440 (matter 24-1149).pdf Good morning Todd, Please find attached the fully executed copy of an agreement from DocuSign that is to be considered an original agreement for your records. Thank you, Qintee canda,tiaa Procurement Assistant City of Miami Procurement Department 444 SW 2' Avenue, 6thfloor, Miami, FL 33130 P (305) 416-1906 F (305) 400-5073 E agandarilla@miami.gov "Serving, Enhancing, and Transforming our Community" i