Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-98-0730
J-98-624 7/9/98 RESOLUTION NO. �9 8- 730 A RESOLUTION ACCEPTING THE BIDS OF ALLSTATE PAINT & BODY SHOP; E.S.E.F., INC.; AND WORLD MOTOR CORP., FOR THE PROCUREMENT OF AUTO BODY WORK REPAIR, REFURBISHMENT AND PAINTING OF CITY VEHICLES, ON AN AS -NEEDED, WHEN -NEEDED CONTRACT BASIS FOR ONE YEAR WITH THE OPTION TO EXTEND FOR TWO ADDITIONAL ONE-YEAR PERIODS, FOR THE DEPARTMENT OF FIRE -RESCUE, AT A TOTAL ANNUAL AMOUNT NOT TO EXCEED $60,000.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO.001000.280701.6.670. WHEREAS, pursuant to public notice, sealed bids were received March 23, 1998, for the procurement of body work repair, refurbishment and painting of city vehicles, on an as -needed, when -needed contract basis for one year with the option to renew for two additional one-year periods, for the Department of Fire -Rescue; and WHEREAS, invitations for Bid No. 97-98-050R were mailed to 69 potential bidders and seven bids were received; and WHEREAS, funds for said service are available from Account Code No. 001000.280701.6.670; and WHEREAS, the City Manager and the Director of Fire -Rescue recommend that the bids received from Allstate Paint & Body Shop; E.S.E.F., Inc., and World Motor Corp., be accepted as the lowest responsible and responsive bids; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY CCODWSIM MEETING OF, J1.11. 2 1 1998 Resolution No. 98 "730 Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bids submitted on March 23, 1998, by Allstate Paint & Body Shop; E.S.E.F., Inc.; and World Motor Corp., for the procurement of auto body work repair, refurbishment and painting of city vehicles, on an as -needed, when -needed contract basis for one year with the option to extend for two additional one-year periods, at a total annual amount not to exceed $60,000.00 are hereby accepted, with funds therefor hereby allocated from Account Code No. 001000.280701.6.670. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor' PASSED AND ADOPTED this 21st day of July . 1998• JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not Indlcatn a'rnrc,,of this legislation by signing it in the designated place provide, becomes effective with the elapse of ten (10) daVio om the datf, cf cxaiir; �si'c, i ATTEST: regarding same, without the Mayor exercisiry� s a WALTER J. FOEMAN, CITY CLERK APPR�WED 4ND CORRECTNESS A. LO CLW 'ATTCrR N EY W2635:CSK 1 . City Clerk ' If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 2 98 - 730 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Honorable Mayor and DATE : Members of the City Commission SUBJECT: l FROM: � � J REFERENCES: Donald H. Warshaw City Manager ENCLOSURES: RECOMMENDATION: A=6 JUL 14 10 FILE : Authorizing the procurement of Auto Body Repair, Refurbishment and Painting Bid No. 97-98-05OR It is recommended that the City Commission adopt the attached Resolution accepting the bids of Allstate Paint & Body Shop, (Jose Gugliatto, owner), a Hispanic/Local vendor, located at 470 NW 5th Street, Miami, Florida 33147; E.S.E.F., Inc., (Pete V. Delgado, owner), a Hispanic/Miami-Dade County vendor, located at 7910 W. 25th Court, Hialeah, Florida 33016; and World Motor Corp., (Ben & Angela Estigarribia, owners), a Female/Local vendor, located at 2100 NW 25th Avenue, Miami, Florida 33142 for the procurement of auto body work repair, refurbishment and painting of City vehicles, on an as -needed, when -needed contract basis for one year with the option to renew for two additional one-year periods, for the Department of Fire - Rescue, at a total annual amount not to exceed $60,000.00. Funds are available from Account Code No. 001000.280701.6.670. BACKGROUND: The Department of Fire -Rescue Garage is responsible for the repair and maintenance of the department's truck fleet as well as specialty fire -fighting equipment. Due to the hazardous nature of fire -rescue services, vehicular accidents and damage are inevitable. Returning a first line vehicle to service after an accident is critical to the mission of the Department of Fire -Rescue. The Department of Fire -Rescue has analyzed the bids received pursuant to Bid No. 97- 98-05OR for the procurement of auto body work repair, refurbishment and painting of City vehicles. 69 Invitation for Bids were mailed and seven responses were received. Bids submitted by Allstate Paint & Body Shop; E.S.E.F., Inc., and World Motor Corp., were deemed as the lowest responsible and responsive bids and are therefore, recommended for award. DHW/CAG ML pmk CoverAutoBodyRepair.doc BID NUMBER: 97 - 98 - 050R COMMODITY / SERVICE: Auto Body Repair, Refurbishment & Painting DEPARTMENT/CONTACT PERSON: Chief M. Kemp DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Department of Purchasing. The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals prior to forwarding to Purchasing. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to Purchasing immediately. Emergency procurements are exempt. IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY" FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD. Contact Pamela Burns of the Bid/Contract Section at 416-l905x 6KHW should you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE : 7: Judy S. Carter Director of Purchasing DATE: 3 — 3y — %�' BIDRECOM.DOC 8/8/97 PAGE 1 OF 2 9 Q! 730 30 BID AWARD RECOMMENDATION FORM ' BID NUMBER' 97-98-05OR COMMODITY/SERVICE: Aiit° sody Repairs Refurbishment DEPARTMENT / DIVISION: Department of Fire -Rescue: TERM OF CONTRACT: One (1) yr with the option to extend for 2 additional one (1) yr. periods. NUMBER OF BIDS DISTRIBUTED: 68 NUMBER OF BIDS RECEIVED: METHOD OF AWARD: To the three (3) overall lowest most responsible & responsive bidders based upon the hourly labor rate and parts discount, with each being 11 RECOMMENDED VENDOR(S): designated as a "prima§ fATg: "secondary" vendor CONTRACT VALUE: E.S.E.F. INC WORLD MOTOR CORP. . .F... SECONDARY TERTIARY TOTAL: $60,000.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: TO CAUSE -THE TIMELY AND EFFICIENT REPAIR OF ACCIDENT DAMAGE TO FIRE DEPARTMENT APPARATUS ACCOUNT CODE(S): 001000.280701.E . 670-FY 98-99 DEPARTMENT APPROVAL: Department Director/ Designee BUDGET REVIEW APPROVAL: Dipak M. Parekh Director C`t OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 RCHASING APPROVAL: f k Af HS Juartr Director TITLE: 98 ! r 30 BID TABULATION BID 97-98-05OR AUTO BODY REPAIR, REFURBISHMENT & PAINTING Crony Body Works, Inc. 41),state Paint & Body Shop © E.S.E.F., Inc. Willy's Collision 724 N.W. 21 Street 470 N.W. 5th Street 7910 West 25 Court 2337 N.W. 21 Terrace Miami, Fla. 33127 Miami, Florida 33147 HialQOh-Florida 33016 Miami, Fla, 33142 Local / Hispanic Local / Hispanic Dade Co. / Hispanic Local / Female DESCRIPTION OF COSTS/SVCS. Hourly Labor Rate: $ 30.00 $ 22.00 $ 18.00 $ 26.50 Parts Discount: 10% 10% 13% off list price 10% Warranty on Parts: l year Manufacturer 12 Months Yes Ability to Pickup Vehicle Yes Yes Yes Yes Ability to Deliver Vehicle Yes Yes Yes Yes Paint Booth of Adequate Size Yes Yes Yes Yes Security for Vehicles Yes Yes Yes Yes Facility Available for Inspection Yes Yes Yes Yes Turn -Around Time (# of days or weeks) Depending on job 1 day per 5.0 labor hrs 1 calendar day per 5 labor hrs Depending on damage Cubanshine Frame & Body World Motor Corp. Navarro Paint & Body Shop, Inc. 2100 N.W. 25th Ave. 2390 W. 78 Street 170 N.E. 29th Street Miami, Florida 33142 Hialeah, Fla. 33016 Miami, Florida 33137 Local / Female Dade Co. / Hispanic Local / Hispanic DESCRIPTION OF COSTS/SVCS. Hourly Labor Rate: $ 24.00 $ 20.00 $ 25.00 Parts Discount: 10% 10% 0 Warranty on Parts: I year Yes Yes Ability to Pickup Vehicle Yes Yes Yes "All vendors subject to site Ability to Deliver Vehicle Yes Yes Yes inspection to determine if Paint Booth of Adequate Size Yes Yes Yes facility met specifications prior Security for Vehicles Yes Yes 'Yes to award. Facility Available for Inspection Yes Yes Yes Turn -Around Time (# of days or weeks) Depending on size of job Depending on size of job Varies �pproved I Approved by: �,�04A A Jae irector / Designee Date: Prepared by: Pamela Burns, 3/30/98 t5l(1 No. Y/-98-.SUK c 6.1 BID INFORMATION FORT Mailing Date: Marcb 5, 19; Buyer: Pamela Bums Bid No.: 97-98-SOR Telephone: 305-416-1905 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. ---------- - --- --- .- YEAR PERIODS . . FOR 928-19: AUTO BODY WORK REPAIR, REFURBISIUKENT & PAINTING (1) We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. 1 day per 5.0 labor hou r snumber of calendar days required to complete work after Notice to Proceed br issuance of purchase order. 1 day - number of calendar days required before commencement of work - Delivery will be made within 3 0 calendar days after receipt of purchase order. Terms: 20/o-10 days Net 30 days Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Contact Person/Telephone: Warranty and/or guarantee: Lifetime on paint All exceptions to this bid have been documented in the section below. EXCEPTIONS: I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: ALLSTATE PAINT & BODY S . Telephone: ('t 0 S) 3 4 1 1 Principal Business Address: 4 70 N.W. 5 ST . Fax:ISR-0267 MIAMI, FL 33147 Name: Mailing Address: 470 N. W. 5 S T. Title: MIAMI , FL 33147 Authorized Signature: ,98- 730 or.- Bid No. 97-98-50R 6.F VENDOR BACKGROUND INFOR TION INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: ALLSTATE PAINT & BODY SHOP INC. COMPANY OFFICERS: President JOSE GUGLIATTO Vice President Secretary Treasurer COMPANY OWNERSHIP: JnSE GifA'r'O 10 0 % of ownership % of ownership % of ownership .% of ownership LICENSES: I . County or Municipal Occupational License No. 0 4 2 6 81— 7 (attach copy with bid) 2. Occupational License Classification BODY/PAINT/REPAIR SHOP 3. Occupational License Expiration Date: SEPTEMBER 30, 1998 4. Metro -Dade County Certificate of Competency No. MVR — 9 61 0 3 '3 0 0 (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. 5 9 — 21 0 7 7 4 9 - EXPERIENCE: 6. Number of Years your organization has been in business: 16 years 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 2 yea _r s 8. Number of Years experience BIDDERIPROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 2 years 8- 73 �forida Bid No. 97-98-50R 6.9 PRIMARY OFFICE LOCATION AFFIDAVIT Please type or print clearly. This Affidavit must be completed in full, signed and notarized only if your primary office is located within the corporate limits of the City of Miami. ALLSTATE_PAINT & BODY SHOP TNC Legal Name of Firm: Entity Type: (check one box only) a Partnership 0 Sole Proprietorship JCorporation P37547 1/6/81 042681-7 1171/30483 Corporation Doc. No: Date Established: Occupational License No: Date of Issuance: PRESENT Street Address: 47n Nw 5 ST MIAMI, FL 33128 17 years City: State: How long at this location: PREVIOUS Street Address: , NONE City: State How long at this location: According to Section 18-52.1(h) of the City of Miami Code, as amended: The "City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 110 percent of the lowest other responsible and responsive bidder." The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, undo penalty of perjury, that the primary office location of our firm has not established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. JO&VTTO Print Name ' } PRF.GIRFNT (Co*rate Seal) Title j Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all pzftc s of a joint venture.) STATE OF FLORIDA, COUNTY OF DADE Gj nn Personally knows to me; or Subscribed d Swom before me that this is a true statement this ` day of M V 1998� p Produced identification: Cam.. 4 Notary Public, State of FWWa y ommissrbdexpiie5 A ttA) S' Pp CSC! t� c0 :; (Seal) �. Printed name of Notary Public ``01 M Y c '{ ;t EXP. Please submit with your bid copies of Occupational License, professional and/or tra a L1hia tvlverify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents($) to verify the location of the frrm's primary office. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. ,98- 730 ring Date: March 5, 1998 No.: 97-98-50R Telephone: 305-416-19vz� se quote on this form(s) net prices for the item(s) attached. Return signed original and rep i copy for your Prices should include all costs, including transportation to destination. The City reserves the right to accept or ct all or any part of this bid. Prices should be firm for a minimum of 90 days. erence to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, aplete information must begiven. :he event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. YEAR PERIODS FOR 929-19: AUTO BODY WORK REPAIR, REFURBISHNMNT & PAINTING We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. par' e e endin on s " e of rs number ohallenr� days requtt d to comp!eV work aii?er�o ice to Proceed or issuance of purchase order. As required by this bid. ASAP** number of calendar days required before commencement of work - '�** Varies depending on size of repairs Delivery will be made within " " calendar days after receipt of purchase order. - Terms: 2°/,10 daysNON$tet 30 days NONE ZERO Additional discount of 0 % if awarded all items. ZERO (include cash discount for prompt payment, if any) Contact Person/Telephone: Pete V, Delgado (30 5) 8 2 5- 7 6 3 3 Warranty and/or guarantee: 12 MOnths (1 Year) All exceptions to this bid have been documented in the section below. EXCEPTIONS: NONE I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: , E . S . E . F . , Inc. Telephone: (3 0 5) 8 2 5 - 7 6 3 3 Principal Business Address: 7 910 West 25 C o ulat(305).825-7945 Hialeah, Florida 33016-•2701 Name: Pete V. De' a Mailing Address: Same as above Title: President Authorized Signature: —11"�X 98- 730 liami, Florida 131d No. Y i-ya-ovx 6.5 V' DOR BACKGROUND INFORMA' 1N INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: E . S . E . F . , Inc. COMPANY OFFICERS: President Pete V. Delgado Secretary Pete V. Delgado COMPANY OWNERSHIP: Pete V. Delgado (President) Vice President Antonio Delgado Treasurer Marlene Delgado 10 0 % of ownership % of ownership % of ownership % of ownership LICENSES: 7532A41 (City Of Hialeah). 166824-4 (Miami Dade) 1. County or Municipal Occupational License No. (attach copy with bid) Automotive Paint 2. Occupational License Classification BODY/PAINT/REPAIR SHOP 9/30/98 (City Of Hialeah) 3. Occupational License Expiration Date: 9 / 3 0 / 9 8 (Miami Dade County) 4. 5. Metro -Dade County Certificate of Competency No. MVR-94100154 (attached copy if requested in Bid or RFP) 59-2085893 Social Security or Federal I.D. No. EXPERIENCE: 6. Number of Years your organization has been in business: Eleven (11) 7 8. Number of Years experience BIDDER/PROPOSER (person, pprincipal of firm, own r) h had in operation of the type required by the specifications of the Bid or RFP: 1'w e n t y four rZ 4 Number of Years experience BIDDER/PROPOSER (firm, corporation, propritors ip) has had in operation of the type required by the specifications of the Bid or RFP. E 1 e v e n 11 98 - '730 (to 6.1 BID INFORMATION FORM '~ Mailing Date: March 5,1998 Bid No.: 97-98-50R Telepl Buyer: Pamela Burns 305416-1905 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. (1) YEAR PERIODS FOR 928-19: AUTO BODY WORK REPAIR, REFURBISHMENT & PAINTING We have road your Invitation for Bid, completed the necessary documents, and propose to famish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. .S �e R 1pumber of calendar days required to complete work after Notice to Proceed or issuance of purchase 9rder. .4-k U 1 - number of calendar days required before commencement of work. Delivery will be made within I 3 il�t iendar days after receipt of purchase order. Terms: 20/*-10 days Net 30 days -V/ Additional discount of fA % if awarded all items. Al /%1 _ (include cash discount for prompt payment, if any) Contact Person/Telephone: Warranty and/or guarantee:C�¢-rL All exceptions to this bid have been documented in the section below. EXCEPTIONS: N / fi I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: 0 R t,a 11 o t D �2 Z�-t P Telephone: 30 5- (53 Z 3c) q 0 Principal Business Address: -2 10 0 a' �; �, 5 +V? • Fax: ":� �,� _�- �3 A' -1,e %� ll CYl i F L • 33 i 4 Z Name: L3_ ,e.vA-V- Mailing Address: e-'„ J Title: PiL e Authorized Signature: ` 98 730 City of Miami, Florida Bid No. 97-98-SOR 1W 40 6.5 ;NDOR BACKGROUND INFORM. 'ION INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: President -Ple/V Vice President �i� 14114Zt t�I �/I- Secretary i�ti'cce-Z/� /; Ey-22�/} Treasurer /7 - F/r6-4 COMPANY OWNERSHIP: of ownership O % of ownership % of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. 2 g Z 7 3 (attach copy with bid) 2. Occupational License Classification & �-, �p.¢-iti I Re p4-,,'P- 3. Occupational License Expiration Date: 0( — 2, J Cj g 4. Metro -Dade County Certificate of Competency No. Al (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. S 9 - 2 (a - 72- 9'Z I W4 J D1:11 Oi:1"i A 6. 7. 8. Number of Years your organization has been in business: / -7 y e 4- 44' Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 3 i 'Ye4--,-4 Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 3 / Tc.� 98 — 730 City of Miami, Florida Bid No. 97-98-50R 2.0 GENERAL TERMS vrD CONDITIONS FOR THE PURCHASE OFSERVICES INTENT: The General Terms and Conditions described herein apply to the acquisition of personal services with an estimated aggregate cost of $4,500.00 or more. 2.1. ACCEPTANCE OF OFFER - The signed bid response shall be considered an offer on the part of the bidder; such offer shall be deemed accepted upon issuance by the City of a purchase order or other contractual document. 2.2. ACCEPTANCE/REJECTION -The City reserves the right to accept or reject any or all bids or parts of bids after bid opening and request rebid on the items described in the IFB. In the event of such rejection, the Director of Purchasing shall notify all affected bidders and make available a written explanation for the rejection. The City also reserves the right to waive any irregularities or minor informalities or technicalities in any or all bids and may, at its discretion, re -bid. 2.3. ANTITRUST PROVISION - At such times as may serve its best interest, the City reserves the right to advertise for, receive, and award additional bids for these herein items, and to make use of other competitively bid (governmental) contracts, SNAPS Agreements or other similar sources for the purchase of these goods and/or services as may be available. 2.4. ASSIGNMENT OF CONTRACT - The contractor shall not assign, transfer or subcontract, at any time during the term of the Contract, or any part of his/her operations, or assign any portion or part of the Contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 2.5. AUDIT RIGHTS AND RECORDS RETENTION - The Contractor agrees to provide access to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of the contractor which are directly pertinent to this Contract, for the purpose of audit, examination, excerpts, and transcriptions. The Contractor shall maintain and retain any and all books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this contract by the City. 2.6. AVAILABILITY OF CONTRACT TO OTHER GOVERNMENTAL AGENCIES - Any Governmental Unit in Dade, Broward or Palm Beach Counties, Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Each Governmental unit which uses a contract(s) resulting herefrom, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its own exemption certificates as required by the bidder. 2.7. AWARD OF CONTRACT A. The IFB, Bidder's response, any addenda issued and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract. B. The award of a Contract where there are Tie Bids will be decided by the Director of Purchasing or designee. C. The award of this Bid may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. The Bidder shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where the Bidder is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's Response and may accept the Bid from the next lowest responsive, responsible bidder or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from the Bidder and its bid bond or guarantee, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's default. Rev. 10/20/97 98 - 730 City of Miami, Florida Bid No. 97-98-50R D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder. These documents may either be a purchase order, notice of award and/or contract award sheet. Where a conflict between two or more of the several documents exists, the contract award sheet shall take precedence. E. The City reserves the right to automatically extend this contract for up to ninety (90) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days, not to exceed ninety (90) days, prior to the expiration of the contract term. F. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis or such combinations as shall best serve the interest of the City unless otherwise specified. 2.8. BID SECURITY/ BID DEPOSIT - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders, if applicable. This check or bond guarantees that a bidder will accept the order or contract, as bid, if it is awarded to bidder. Bidder shall forfeit bid deposit to the City should City award contract to Bidder and Bidder fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders within ten (10) days after the award and successful bidder's acceptance of award. If sixty (60) days have passed after the date of the formal opening of the bids, and no contract has been awarded, all bid deposits will be returned on demand. Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program by contacting the Minority/Women Business Affairs office. 2.9. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute a Contract and/or file an acceptable Performance Bond, when required, as provided herein, within ten (10) days after written notice of award has been given, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsible Bidder or all bids may be rejected. 2.10. CANCELLATION - The City reserves the right to cancel all Invitations for Bid before bid opening. In the event of bid cancellation, the Director of Purchasing shall notify all affected bidders and make available a written explanation for the cancellation. 2.11. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to perform the services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such services, it shall not have any claim upon the City. 2.12. COLLUSION - The Bidder, by affixing a signature to their bid certifies that its bid is made without previous understanding, agreement or connection either with any person, firm or corporation making a bid for the same items or with the City Purchasing Department or initiating Department. The Bidder certifies that its bid is fair, without control, collusion, fraud, or other illegal action. The Bidder certifies that it is in compliance with Section 2.611, Conflict of Interest and Code of Ethics Laws. The City will investigate all situations where collusion may have occurred and the City reserves the right to reject any and all bids where collusion may have occurred. 2.13. COMPLIANCE WITH FEDERAL, STATE, AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subjects to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor Rev. 10/20/97 9 S - 7-0- City of Miami, Florida Bid No. 97-98-50R agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: 2.13.1. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. 2.13.2. Occupational, Safety and Health Act (OSHA), as applicable to this bid. 2.13.3. The State of Florida Statutes Section 287.133(3)(A) on Public Entity Crimes. 2.13.4. Minority/Women Business Affairs Enterprise (M/WBE) City Ordinances No. 10062, 10538, 11272, as amended, as applicable to this bid. 2.13.5. Environment Protection Agency (EPA), as applicable to this bid. 2.13.6. Uniform Commercial Code (Florida Statutes, Chapter 672), as applicable to this bid. 2.13.7. Americans with Disabilities Act of 1990, as amended. ' 2.13.8. First Source Hiring, Agreements, City Ordinance No. 10032, as amended, as applicable to this bid. Implemented to foster the creation of new and permanent jobs for City of Miami residents. 2.13.9. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this bid. 2.13.10. National Forest Products Association (NFPA), as applicable to this bid. 2.13.11. City Local Preference Ordinance No. 11087, as applicable to this bid. 2.13.12. Conflict oflnterest, City Code Section 2-611; 612, as applicable to this bid. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 2.14. CONFLICT OF INTEREST - Bidders, by responding to this IFB, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of goods specified in this IFB. Any such interests on the part of the Bidder or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the your firm. 2.15. CONTRACT AND BONDS - The bidder whose bid is accepted may be required, within the time established in the IFB, to enter into a written contract with the City, and if required, furnish performance and payment bonds on City standard forms in the amounts indicated in the IFB. 2.16. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder to meet any terms of this agreement, the City will notify the Bidder of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: Rev. 10/20/97 98- 730 City of Miami, Florida Bid No. 97-98-50R A. Failure to perform the work required under the Contract and/or within the time required; or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as non conforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 2.17. EVALUATION OF BIDS A. Rejection' of Bids • - The City may reject for any of the following reasons: (1) Bidder fails to acknowledge receipt of addenda (2) Bidder misstates or conceals any material fact in the Bid (3) Bid does not conform to the requirements of the Bid (4) Bid requires a conditional award that conflicts with the method of award (5) Bid does not include required samples, certificates, licenses as required (6) Bid was not executed by the Bidder's authorized agent on the Bid Form The foregoing is not the all inclusive list of reasons for which a Bid may be rejected. The City may reject and re -advertise for all or any part of the IFB whenever it is deemed in the best interest of the City. B. Elimination From Consideration (1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. (2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. (3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debartment and Suspension Ordinance. C. Demonstration of Responsibility (1) Bids will only be considered from firms/sole proprietors who are regularly engaged in the business of providing the services required by the Bid. Bidder's must be able to demonstrate a satisfactory record of performance and integrity and have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall construed to mean a fully Rev. 10/20/97 9 8_ 730 City of Miami, Florida Bid No. 97-98-50R equipped and well established firm/sole proprietorship in line with the best industry practices in the industry as determined by the City. (2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City or any other governmental entity in making the award. (3) The City may require the Bidder's to show proof that they are designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Bid. 2.18. FIRM PRICES - The bidder warrants that prices, terms, and conditions quoted in his/her bid will be firm throughout the duration of the contract unless otherwise specified in the IFB. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over the designated period of time. 2.19. _ INDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all the City's agents, officers and employees from and against all charges or claims resulting from any bodily injury, loss of life, or damage to property from any act, omission or neglect, by Bidder or its employees; the Contractor shall become defendant in every suit brought for any of such causes of action against the City or the City's officials, agents and employees; the Contractor shall further indemnify City as to all costs, attorneys fees, expenses and liabilities incurred in the defense of any such claims and any resulting investigation. 2.20. INSPECTIONS - The City may, at reasonable times during the Contract term, inspect goods or services at the facilities of the vendor to determine whether the facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services conform to the terms of the IFB, if applicable. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-96 of the Code of the City of Miami, Florida as same may be amended or supplemented from time to time. 2.21. INSPECTION OF BID - Sealed bids received by the City pursuant to Invitations For Bid will not be made available until such time as the City provides notice of a decision or intended decision or within 10 days after bid opening, whichever is earlier. Bid Tabulations will be furnished, after a recommendation for the award is made to the City _Commission by the Purchasing Department in concurrence with the user department request, and upon provision of a self addressed, stamped envelope by the bidder to receive the tabulation. 2.22. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish evidence of insurance to the Purchasing Department. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the attached form entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a purchase order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation to Bid, the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this IFB within fifteen (15) calendar days after receipt of Notice of Award, the contractor may be in default of the contractual terms and conditions and may not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future bids to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Risk Management Division, at (305) 416-1700. 2.23. INVOICES - Invoices shall contain purchase order number; work order number, if applicable; details of service(s) performed, including service data, number of labor hours for each worker, hourly rate(s) for each worker, total employee hours billed, material/parts furnished (invoiced as separate if any), and location from labor of service, if applicable. Copies of invoices or other appropriate documentation including available Rev. 10/20/97 98 - 730 City of Miami, Florida Bid No. 97-98-50R receipts for materials/parts purchased or supplied shall be provided for each job to support their actual costs prior to reimbursement. 2.24. LOCAL PREFERENCE - City Ordinance 11087, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest responsible and responsive bidder. 2.25. MINORITY/ PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minori and Women Business Affairs and Procurement Ordinance of the City, Florida, sets forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services to Black, Hispanic and Women minority business enterprises on an equal basis." A minority business enterprise is defined as a business firm "...in which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations are controlled by one or more Blacks, Hispanics or Women." To achieve the goal established by these Ordinances, participation in providing goods and services to the City by minorities is being encouraged in a number of ways. All bidders doing business with the City are encouraged to include the participation of minority firms in their bids. In evaluating bids for determination of awards, minority participation may be a factor. Failure to adequately involve minority firms may be a basis for rejecting any and all bids. Possible ways to include minority participation would involve: 1. Joint venture with a minority firm(s) 2. Utilizing minority firm(s) as subcontractor(s). 3. Utilizing minority firm(s) to supply goods and/or services. 4. Successful implementation of well defined affirmative action program. 5. Other forms of minority participation, if properly documented. Successful bidder(s) shall be required to establish an Affirmative Action Plan, if not, an Affirmative Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy. A "Minority Status Information Sheet" in Section 6.7 is provided to assist bidders in presenting information concerning minority participation. Minority and women business firms are encouraged, but not required, to register with the City prior to submitting bids. The Purchasing Department will provide the necessary forms and instructions upon request. All bidders are urged to submit bids for any goods or services that they are able to supply, regardless of minority classification. However, compliance with all requests for information regarding Minority/Women Status or Participation is required. Bidder's cooperation is greatly needed to aid the City in achieving its goal. 2.26. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS OR CONTRACTS No agreement or understanding to modify this IFB and resultant purchase orders or contracts shall be binding upon the City unless made in writing by the Director of Purchasing. Through the issuance of a Change Order or Modification to the Contract Purchase Order or Award Sheet as appropriate. 2.27. NONDISCRIMINATION - Bidder agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this solicitation. Furthermore, Bidder agrees that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. In connection with the conduct of its business, including rendition of services and employment of personnel, Bidder shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, Rev. 10/20/97 99 7 3 0 City of Miami, Florida Bid No. 97-98-50R marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment 2.28. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City and submitting a Bid under this IFB shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City Charter. Others with a location outside the City shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the Bid; however, the City may, at its sole option and in its best interest, allow the Bidder to supply the license to the City during the evaluation period, but prior to award. 2.29. PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 2.30. PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, such discounts .shall not be considered in determining the lowest net cost for bid evaluation. Bidders are required to provide their prompt payment terms in the space provided on the Bid Information Form. If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contact, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders during the term of the contract. 2.31. PUBLIC ENTIT4! CRIMES- A person or affiliate who has been place on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit a bid on a lease of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of Florida Statutes for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 2.32. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and Sec. 18-104 of the City Code, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 2.33. QUALITY OF WORK - The work performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this IFB. 2.34. RESOLUTION OF CONTRACT DISPUTES - Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Contract by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds $4,500.00, the City Manager's decision shall be approved or disapproved by the City Commission. Rev. 10/20/97 98- 730 City of Miami, Florida Bid No. 97-98-50R Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved the City Commission if the amount of compensation hereunder exceeds $4,500.00, (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (90 days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 2.35. RESOLUTION OF PROTEST - Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the Director of Purchasing who shall have the authority, subject to the approval of the City Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission. Bidders are alerted to Ordinance No. 11072 describing the protest procedures. Protests failing to meet the requirements for filing shall not be accepted. NO EXCEPTIONS. 2.36. SERVICE AND WARRANTY - Unless otherwise specified, the bidder shall define any warranty, service and replacements that will be provided. Bidders must explain on the attached Price Sheet to what extent _warranty and service facilities are available. 2.37. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description' concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to used. All workmanship is to be first quality. All interpretations .of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this bid, the bidder shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid. 2.38. TERNIINATION - The City reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: The contractor is determined by the City to be in breach of any of the terms and conditions of the contract and/or to have failed to perform his/her services in a manner satisfactory to the City. In the event the contractor is found to be in default, the contractor will be paid for all labor and materials provided as of the termination date. No consideration will be given for anticipated loss of revenue or the canceled portions of the contract. 2. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience. Funds are not available to cover the cost of the services. The City's obligation is contingent upon the availability of appropriate funds. 2.39. VARIATIONS OF SPECIFICATIONS - For purposes of bid evaluation, bidders must indicate any variances from bid specifications and/or conditions, no matter how slight. If variations are not stated on the Price Sheet, it will be assumed that the service to be provided fully complies with the City's specifications. Rev. 10/20/97 3.0 -SPECIAL CONDITIONS 3.1 SCOPE AND PURPOSE The purpose of this solicitation by the City of Miami is to establish a contract for engagement of a bidder(s) to perform Body Work Repair, Refurbishment and Painting of City Vehicles for the Department of Fire -Rescue on an as needed, when needed basis. The City will not be responsible for any expenses incurred by the Bidder in preparing or submitting a Bid. 3.2 TERM OF CONTRACT: The agreement ("contract") between the successful Bidder(s) and the City shall include, but.not be limited to, the following terms: a) The term of the Contract shall be for an initial period of one (1) year, commencing on the date of execution. The City shall have the option to extend the Contract for two (2) additional periods of one (1) year each by giving successful Bidder(s) at least sixty (60) days prior written notice. b) Extension of the term of the Contract beyond the initial period is an option of the City to be exercised in its sole discretion and which does not confer any rights upon the Bidder. c) City shall have the right to terminate the Contract, for any reason whatsoever or any time during the contract period, upon at least 60 days prior notice to Bidder. 3.3 METHOD OF AWARD This contract will be awarded to the three (3) overall lowest most responsible and responsive bidders whose bid conforms to the specifications and is most advantageous to the City. Award shall be based upon the lowest overall pricing based on the hourly labor rate and parts discount as provided on the Price Sheet and in accordance with the requirements of the Specifications. The City shall select three (3) vendors, with the bidder providing the overall lowest price deemed the "primary vendor" and the bidders with the next lowest overall price the "secondary vendors," with the secondary bidder(s) be so considered in the order of overall lowest price provided to the City. Should the primary vendor not be able to provide the necessary service at the time of need or the required work is beyond the ability or expertise of the primary vendor, the City has the option to select the next lowest secondary vendor who will be offered the work to complete in a timely manner. The City additionally reserves the option to obtain quotes from any of the awarded vendors for a specific project(s) prior to the provision of the same in order to obtain the required service in the most expedient manner and at the lowest possible price. The City shall make the award to a Bidder(s) through action taken by the City Commission at a duly held meeting. The City reserves the right to cancel the Contract, or portions thereof, without penalty as a result of funding limitations. 3.4 APPROVAL BY EMERGENCY FINANCIAL OVERSIGHT BOARD The State of Florida has appointed an Emergency Financial Oversight Board (Oversight Board) which is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not be binding on the City until such time as they have been approved by the Oversight Board. Execution of this contract by the City Manager shall constitute evidence of its approval by the Oversight Board. 3.5 BIDDER QUALIFICATIONS All requested documentation cited below shall be provided with Bid and all required qualifications and requirements shall be met. Award of this bid will be made to Bidder(s) who meet the following overall criteria. A. Firm shall be fully equipped and possess a well established facility as required in this solicitation. 98- 730 CITY OF MIAMI, FLORIDA SPECIAL CONDITIONS (CONT.) BID NO. 96-97-05OR B. Bidder shall have a minimum of four (4) full time employees. C. Bidder must be able to show a minimum of one (1) year of experience in body work repair, refurbishment and painting. D. Bidder must have a fax machine. E. Must possess a facility of adequate size which will allow a fire truck (approximately 35 feet long, 12 ''/2' high x 9-1 /2' wide) to be worked on completely inside. F. The facility must provide security in the form of a locked lot, or inside of a secure building, for no less than one (1) fire truck. G. The facility must have a spray booth large enough to accommodate a fire truck, sized as noted above. Be advised that all Bidders are subject to a site inspection of his/her facility by the City prior to a recommendation for award in order to ensure responsiveness to all aspects of this solicitation. Bidders shall participate in specific periodic work assignments that are identified by the City on an as needed, when needed basis. When such work assignments are identified, the primary bidder shall receive notification for a quotation. Bidder shall review the written specifications regarding the work to be accomplished; inspect the work area; and offer an itemized price based on its Iabor rate provided and the materials to be utilized. If the written quote is found to be acceptable by the Contract Administrator, the primary bidder shall be awarded the specific work assignment. Should the Contract Administrator determine that the quote is unreasonable or questionable, the secondary vendor(s) will be contacted to obtain also obtain a quote(s) for that work. Award for that specific job would be made to the most responsible bidder to ensure all work is performed according to the specifications and at the lowest possible cost to the City. 3.6 EXAMINATION OF SITE Prior to submitting a Bid, it is recommended that the bidder visit the site of the proposed work at the Fire Department Garage located at 1151 N. W. Th Street, Miami, Florida to become familiar with any conditions which may in any manner affect the work to be done or affect the equipment, materials and labor required. NO ALLOWANCES SHALL BE MADE BECAUSE OF LACK OF KNOWLEDGE OF THESE CONDITIONS. For a site visitation appointment and for any additional information required regarding the specifications and requirements of this bid, contact Lt. John Crawford, Dan Gregory, or Assistant Chief Freddy Hernandez at (305) 575-5279. 3.7 NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to successful bidder(s) or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. 3.8 CANCELLATION The City Manager by written notice may terminate in whole or part any Agreement resulting from this invitation, when such action is in the best interest of the City. If the Agreement is so terminated, the City shall be liable only for payment for services rendered prior to the effective date of termination. 3.9 RANGE OF VEHICLES TO BE REPAIRED The successful bidder(s) will be expected to perform the required work to the following sample types of vehicles. a) Vans (over 10,000 lb. G.V.W.) b) Fire Truck - Pumpers 2 98- 730 CITY OF MIAMI. FLORIDA SPECIAL CONDITIONS (CONT.) BID NO. 96-97-05OR c) Fire Truck - Aerials d) Truck trailers e) Semi -trailers f) Other similar heavy equipment (on road) 3.10 METHOD OF PAYMENT: PERIODIC PAYMENTS FOR SERVICE RENDERED The City shall provide periodic payments for services rendered by the successful bidder(s). In order for the City to provide payment, the bidder shall submit a fully documented invoice which identifies the appropriate purchase order number, the service location, and itemizes the services provided the City user department(s). The invoice shall be submitted to the Contract Administrator within thirty (30) calendar days after such the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and the Contract Administrator or his designee has reviewed and approved the service. 3.11 DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER The successful bidder(s) shall promptly correct all deficiencies and/or defects in work and/or any work that fails to conform to the Contract Documents; whether or not fabricated, installed or completed. All corrections shall be made within five (5) calendar days after such rejected defects, deficiencies, and/or non -performances are verbally reported to the bidder by the City's Contract Administrator or his designee. The bidder shall bear all costs of correcting such rejected work. If the bidder fails to correct the work within the period specified, the City may, at its discretion, notify bidder, in writing, that the bidder is subject to contractual default provisions if the corrections are not completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the bidder fails to correct the work within the period specified in the notice, the City shall place the bidder in default, obtain the services of another contract vendor to correct the deficiencies, and charge the bidder for these costs; either through a deduction from the final payment owed to the bidder or through invoicing. 3.12 WARRANTY REQUIREMENTS All labor, materials, supplies, paints, parts, etc. supplied by the vendor will be covered by a one year unconditional guarantee by the vendor as follows: a) All collision damage repairs or refurbishment work, including paint, shall be guaranteed for one (1) year against cracking, peeling, mechanical failure, fading or not maintaining OEM quality, chipping, rusting fillers coming loose, and other defects in materials or workmanship. Any such repairs, work, paint, or material becoming defective will be redone to the Fire Garage's satisfaction at no charge. b) Refusal of the successful bidder(s) to honor the above guarantee, when requested, shall be considered justifiable grounds for irrevocable termination of that bidder from the contract. c) Bidders who submit bids to participate in this contract will be an acknowledgment that the Bidder(s) has specifically accepted without exception the guarantee as stated above. 3.13 ADDITIONAL FACILITIES MAY BE ADDED Although this Solicitation identifies a specific facility where services are to be performed, it is hereby agreed and understood that any City department or other agency facility may be added to this contract at the option of the City at the same terms and conditions as previously specified. 3.14 COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under this bid shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Office of Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). 3.15 EMPLOYEES ARE RESPONSIBILITY OF BIDDER All employees of the bidder(s) shall be considered to be, at all times, the sole employees of the bidder(s) under its sole direction and not employees or agents of the City of Miami. 98 - 730 CITY OF MIAMI, FLORIDA SPECIAL CONDITIONS (CONT.) BID NO. 96-97-05OR 3.16 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY BIDDER Unless otherwise provided and identified by the job being quoted, the bidder(s) shall furnish all labor, materials, and equipment necessary for satisfactory contract performance. 3.17 LICENSE, PERMITS AND FEES The successful bidder(s) shall obtain and pay for all licenses, permits, and inspection fees required for this solicitation, and shall comply with all laws, ordinances, regulations, and any other code requirements applicable to the work contemplated herein. Damages, penalties, and or fines imposed on the City or the bidder(s) for failure to obtain required licenses, permits, or fines shall be borne solely by the bidder. 3.18 NON-EXCLUSIVE CONTRACT Although the purpose of this Solicitation is to secure a contract that can satisfy the total needs of the City or of a specific City agency, it is hereby agreed and understood that this solicitation does not constitute the exclusive rights of the successful bidder(s) to receive all orders that may be generated by the City in conjunction with this Solicitation. The, -City also reserves the right to perform any work so deemed in its best interest. 3.10 OMISSION FROM THE SPECIFICATIONS The apparent silence of this specification 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 first quality are to be used. All interpretations of this specification shall be made upon the basis of this agreement. 3.20 PARTS LIST(S) Bidder(s) awarded this contract shall submit to the City of Miami, upon request, all body parts Iists and price lists they will be using. 3.21 SERVICE FACILITIES SHALL BE PROVIDED BY BIDDER IN THE CITY OF NIIAMI OR MIAMI-DADE COUNTY Bids will only be accepted from bidders which have service facilities located in the City of Miami or Miami -Dade County, Florida, and who can rapidly respond to calls for service and provide parts and repairs to the vehicles specified herein expeditiously. 3.22 SUB -CONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Bid, Bidder is required to identify any and all sub -contractors that will be used in the performance of the proposed contract, their capabilities and experience, and the portion of the work to be done by the sub- contractor, if applicable. The competency of the sub-contractor(s) with respect to experience, skill, responsibility, and business standing shall be considered by the City when making the award in the best interest of the City. If bidder fails to identify any and all sub -contractors in the Bid Response, the bidder may be allowed to submit this documentation to the City when such action is in the best interest of the City. 3.23 WORK ASSIGNMENTS IDENTIFIED BY THE CITY All work assignments during the contract period will be on an "as needed" basis, complying with notification requirements. Bidder shall assume no guarantees as to the number or frequency of work assignments or the amount of payments under the terms of this contract. Determination of material quantities and/or specifications for each assignment will be made by the Fire Garage. 3.24 REPAIR STANDARDS As no two vendors perform their work just alike, they may not see damage to a vehicle in the same degree, causing their quotation of labor and parts bid to vary. However, the quality of the finished work must equal all of the best standards of the collision repair industry as to preparation of metals for repair, primer and paint standards, and CITY OF MIAMI, FLORIDA SPECIAL CONDITIONS (CONT) BID NO. 96-97-05OR finished quality of the repairs. The successful contract vendor will be required to consistently produce the best quality of work using modern facilities, methods, paints and repair techniques performed by individuals knowledgeable and skilled in collision repairs so the repair(s) conform with the original body alignment and contours as well as matching existing paint textures and colors. Should the primary vendor fail to product quality or consistent work as solely determined by the City, the City shall have the right to utilize the secondary vendor(s) for said repair(s). Where collision damage has caused structural damage or frame/chassis misalignment of any nature, the contract vendor will be required to align the frame using equipment currently used in the industry, with trained personnel, to factory new standard frame/chassis alignment. Vendors will be required to have on their premises the proper welding equipment (gas/arc) and spray booth(s). Frame machine(s) and sandblasting ability may be sub -contracted out to companies so designated on the bid response. 3.25 NOTIFICATION FOR A QUOTATION Notification for quotation will be done on an as -needed basis at the sole discretion of the Contract Administrator or his designee assigning the work. 3.26. TIME LIMIT FOR MAKING INSPECTION > Successful bidder(s) shall make their inspection within 24 hours after being notified of work to be inspected. Not making an inspection within the required time may cause the job to be awarded to the secondary vendor (s) meeting this requirement at the sole discretion of the Fire Garage. 3.27 TIME LIMIT FOR RETURNING QUOTATIONS When called for a quotation, successful bidder(s) shall return their quotation no more than 48 hours after being notified of work to be inspected. Failure of the primary vendor to submit the quotation within 48 hours form notification will be considered "no quote" and the primary vendor will not be eligible for consideration of award of that repair. Should this occur, the City shall contact the secondary vendor(s) to provide a quote for the work to be. performed. The time limit requirement may be waived in specific instances at the sole discretion of the Fire Garage when deemed in the best interest of the City of Miami. 3.28 QUOTING VEHICLES A. Labor Rate Per Hour For the purpose of quoting work, successful bidder(s) shall submit quotes at the requested time, to the City of Miami, itemizing costs and charges and giving their labor rate per hour and the number of hours to complete all work. B. Fabrication Materials Unless OEM parts are requested, the City of Miami does not require that new material be used, provided the used material equal the materials used in the original vehicle, and match the original contours of the vehicle being repaired as to fit and alignment. The successful bidder(s) should take this into consideration when quoting on this type work. The bidder may bid new material if they wish, but this decision will be left up to the vendors' professional judgment, remembering that all repairs must meet the warranty requirements of these specifications and the standards stated herein. The City of Miami, at its sole discretion, may furnish parts or materials to be used in the repair of quoted vehicles. Parts that are to be supplied by the City of Miami will be clearly identified at the time of the quote. The bidder will furnish the labor (to be included with the quote) to properly install and finish the items supplied as well as any other parts, labor, supplies, etc., necessary to produce a finished job. NOTE: The City of Miami reserves the right to specify product types/brand names of parts and materials to used in vehicle repairs when requesting quotes. C. Specialized Vehicles and Equipment 9S-- 730 CITY OF iNIAMI. FLORIDA SPECIAL CONDITIONS (CONT.) BID NO. 96-97-05OR The City of Miami reserves the right to have special vehicles repaired by other than the primary and secondary vendors when the City believes its best interests will be best served in that manner. 3.29 AUTHORIZATION TO BEGIN WORK AFTER AWARD The Contract Administrator or his designee shall review the written quote and shall return a signed copy of the approved quotation to the primary vendor awarded the job. This will be the authorization to pick up the vehicle and begin repair. Vehicles not picked up the business day after award notification will be deemed forfeited and re - awarded to a secondary vendor(s) unless the pick up time has been specifically waived by the Fire Garage. 3.30 "DOWN TIME" Bidder(s) shall state in his/her quote in the number of days, the reasonable time it will take them to repair the vehicle(s) quoted on ("down time"). This "down time," in number of days, shall be included in writing and will be a part of the quotation. In addition to the price quoted, the Fire Garage will consider, if applicable, the bidder's "down time" quote as well as the vendor's past history of conforming to quoted "down time," quality of finished work, history of additional costs and additional "down time" and current quantity of vehicles being repaired by the quoting vendor in its decision to award the work. The City of Miami reserves the right to weigh different service at the sole discretion of the Contract Administrator or his designee. 331 EXCEEDING "DOWN TIME" If the successful bidder(s) does not meet the "down time" requirement quoted, the City of Miami reserves the right to have the vehicle returned to the Fire Garage's facility 24 hours after the expiration of "down time" The removal of the vehicle from the bidder's facility and returned to the City of Miami will be at the expense of that vendor. If this option is exercised by the City of Miami, the City's only liability shall be to pay for work already performed. 332 ADDITIONAL COSTS AND ADDITIONAL "DOWN TIME" The successful bidder, after being awarded work, shall notify the Fire Garage within 48 hours of pickup of the awarded job, of any additional labor, parts cost, or "down time" that may be required to repair previously hidden damages. The bidder shall not perform, or bill for, any additional work until he has received the Contract Administrator's or his designee's prior approval. Should the Fire Garage not agree with the bidder's projected charges or "down time" for hidden repairs the City, at its sole discretion, may remove the vehicle from the successful bidder's repair facility and have the vehicle re -quoted by a secondary vendor(s). The City of Miami's only liability in this occurrence would be for work already performed. Approved additional costs shall be itemized on an invoice, separate from the original quote and plainly labeled "HIDDEN DAMAGES." Work for "hidden damages" is not authorized until such separate quote labeled "hidden damages" has been signed and approved by the Contract Administrator or his designee. 3.33 PICK UP AND DELIVERY OF VEHICLES The successful bidder is responsible for the safe transport of the vehicle to be repaired from the City of Miami Fire Garage, 1151 N. W. T" Street, to the repair location. The bidder shall return the repaired vehicle to the City facility from which the work was generated, not more than 24 hours after completion of same, unless directed otherwise by the Fire Garage. NOTE: The Fire Garage may waive the pick up and delivery requirements, on a case by case basis, at their sole discretion, when it is deemed to be in the best interest of the City of Miami. 3.34 CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Mr. Dan Gregory or his designee who shall _be designated as the Contract Administrator and who may be contacted at telephone number (305) 575-5216. 6 98- 730 CITY OF MIAMI, FLORIDA SPECIAL CONDITIONS (CONT.) BID NO. 96-97-05OR 3.35 WORKMANSHIP AND MATERIALS All parts installed and materials used in performance of this contract shall be new and/or unused (of current design or manufacture). Salvage materials may be allowed but must have the express consent of the City prior to usage. All materials and workmanship shall be of the highest quality so as to ensure safe and functional operation. The City shall be —the sole judge as to parts and workmanship. 3.36 INSPECTION All work will be inspected and approved by the Contract Administrator before any payment is issued. 3.37 PERFORMANCE The successful bidder(s) shall be fully responsible for performing all the work necessary to meet City standards in a safe, neat, and good workmanlike manner, using only generally accepted methods in carrying out the work, and complying with all federal and state laws, and all ordinances and codes of the City relating to such work. 3.38 DEFAULT OF CONTRACT In case of default by a successful bidder(s), the City may procure the services from other sources and hold the bidder responsible for any excess costs incurred. 3.39 APPLICABLE STANDARDS The City reserves the right to reject work or materials if it does not meet the requirements set forth in these Specifications, and must meet the requirements set forth herein upon arrival at the site, at the time of service, at the time of final inspection, and upon acceptance of completed job. 3.40 INDEMNIFICATION The successful Bidder(s) shall defend, indemnify and save harmless the City of Miami and all its officers, agents, and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any contract which may result from the award of bid. Successful bidder(s) shall pay any judgments with cost which may be obtained against the City of Miami growing out of such injury. 3.41 ASSIGNMENT Neither the Bid nor the ensuing Contract shall be transferred, conveyed, assigned, or disposed of, in whole or in part, without the prior written consent of the City, which may be withheld or conditioned, in the City's sole discretion. 3.42 IN -PROCESS AND COMPLETED WORK Inspections of in -process work shall be made as often as deemed necessary by the City. Work not properly performed or at variance to the contract provisions or bid specifications shall be redone to the City's satisfaction at no additional charge. Approval of any work prior to final acceptance shall not preclude rejection of completed work that does not meet specifications or that is unsatisfactory. 3.43 EXAMINATION OF THE WORK The City shall be furnished with every means to verify whether or not the materials and the work performed is in accordance with the requirements and intent of these specifications. Failure to reject or condemn defective work at the time it is done will not prevent its rejection whenever it is discovered before the project is finally approved and accepted. 3.44 WORK ACCEPTANCE The repaired equipment will be inspected by the Fire Garage to determine acceptance of the work and compliance with work specifications and repair standards listed in this solicitation. 98- 730 CRY OF MIAMI. FLORIDA SPECIAL CONDITIONS (CONT.) I BID NO. 96-97-05OR 3.45 INSURANCE The successful bidder(s) shall be required, at its/his/her own expense, to furnish to the City of Miami Chief Procurement Officer within ten (10) days of notification of award, evidence that it has obtained as a minimum, the insurance coverage as required and which shall be in force and maintained throughout the duration of the contract. The City shall be furnished proof of coverage of insurance by Certificates of Insurance and shall be listed as an Additional Insured if awarded subsequent Contract. 3.46 CONTRACT ADMINISTRATOR For any additional information regarding the specifications and requirements of this contract, contact Dan Gregory, or his designee at (305) 575-5216. 3.47 INQUIRIES Any questions regarding this bid process may be addressed to Pamela Burns, Sr. Procurement Contracts Officer, at (305) 416-1905. NO CHANGES IN THIS REQUEST FOR BID RESPONSES SHALL BE VALID UNLESS EVIDENCED BY WRITTEN ADDENDUM FORM AND SENT TO ALL POTENTIAL BIDDERS. ' 3.48 UNAUTHORIZED WORK Neither the successful Bidder(s) nor any of his/her employees shall perform any work unless duly authorized by a City representative. The successful Bidder(s) shall not be paid for any work performed outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 3.49 SALES TAX The City of Miami is State Sales Tax exempt. Not withstanding, bidders should be aware of the fact that all materials and supplies which are purchased by the bidder for the completion of the contract shall be subject to the Florida State Sales Tax in accordance with Section 212.08 Florida Statutes amended 1970 and all amendments thereto and shall be paid solely by the bidder. 3.50 VENDOR REGISTRATION It is the policy of the City that all prospective Bidders complete a "Vendor Application" indicating the commodities / services which the vendor can regularly supply to the City for inclusion on the City's vendor/bidder's list. Should a prospective bidder not be currently listed on the City's vendor/bidder's list, a Vendor Application will be enclosed with the Bid package. Vendors who have already submitted an application and secured a vendor number from the City are not required to submit a new vendor application. 98- '730 CITY OF MIAMI SUMMARY OF CONTRACTS AWARDED FOR: AUTO BODY WORK REPAIR, REFURBISHMENT AND PAINTING OF CITY VEHICLES Fire -Rescue Department ($60,000) BID NO.97-98-05OR AWARDED TO: Allstate Paint & Body Shop E.S.E.F., Inc. World Motor Corp. TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS From: 1994 to Present Bid No. 95-96-136 $700,000.00 PRIOR CONTRACT AWARD: Nu -Way Auto, Crony Body Works, World Motor, Molina Garage, Cubanshine Frame, A & A Patterson, Miami Frame, Espana Auto Ctr., and Professional Collision. (Bid No. 96-97-136) SUMMARY OF CONTRACTS. DOC .98- 730 CITY OF MIAMI OFFICE OF THE CI CLERK BID SECURITY LIST BID ITEM: BODY WORK REPAIR BID NO.: 97-98-05OR DATE BID(S) OPENED: MARCH 23, 1998 TIME 11 : 0 0 a.m. BIDDER • TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK CRONY BODY WORKS, INC. See attached 'd ALLSTATE PAINT & BODY S. " E.S.E.F. INC. " WILLY'S gOLLISION CTTRANSHTNE FRAME & BODY SHOP " WORLD MOTOR CORP. " NAVARRO PAINT & BODY We received o bid which was ly one copy o ne sent to Procuremen NO BID BRICKELL PONTIAC SAULSBURY HYDRAULIC SALES & SERVICES AUSTIN TUPLER TRUCKING, INC. RI DER/MLS "Offers from the vendors listed herein a the only offe received timely as of the a ovc> open7-g nthpr offers submitted in reCoonsne to tll'_s cr a and u1ne. c': ^ :..tion, if an , are heresy rojecocd as lato.,• v AP/ ka.lry uepartment) SIGNED: Ieputy City Clerk c Z, envelopes on behalf of on (Da ) CITY OF MIAMI ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO.97-98-050R Engagement of a bidder(s) to perform Body Work Repair, Refurbishment and Painting for the Department of Fire -Rescue. OPENING DATE: 11:00 A.M. MARCH 23, 1998 BID NO.97-98-030M/WBE Furnishing all labor, materials, supervision and equipment necessary to construct 500 linear feet of a five-foot wide walkway (4" thick) for the Dept of Parks and Recreation. OPENING DATE: 10:00 A.M. MARCH 23, 1998 This project has been designated as a set -aside for certified Black, Female or Hispanic owned firms, in accordance with Ordinance No. 10062 as amended. It is required that bidders interested in participating in this project be M/WBE certified with the City of Miami's Minority/Women's Business Enterprise Program, or have their M/WBE certification in current status, prior to bid opening date. For information regarding this requirement, contact Ms. Anita Moore at (305) 416-1913. Detailed specifications for these bids are available upon request at the City of Miami, Purchasing Department, 444 SW 2 Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-1904. Jose Garcia -Pedrosa City Manager AD NO.4457 & 4458 CITY OF MIAMI LOGO w,v tit' M� i _ City of Miami :REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the dv rti m nt with this reauisition. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: ❑ Yes ❑ No 5. Prepared by: 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be published: 10. Tye of advertisement: Legal ❑ Classified ❑ Display 11. Remarks: 12. Publication Date(s) of Advertisement Invoice No. Amount t'. r- ? c� .— r- 2 r-n > D 5 2 OD 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment 1 Date C IGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. ups i nusu i ium wnite - Ub.A.; canary - Department