Loading...
HomeMy WebLinkAboutInvitation for Bidsc,iry of Miami Tnvita ion For Ride . Purchasing Department Glenn Marcos, CPPB, Director/Chief Procurement Officer Miami Riverside Center 444 SW 2"d Avenue, 6`i' Floor Miami, Florida 33130 Web Site Address; http://ci.miami.fl.us/procurement Bid Number: 04-05-133 Title: SNACKS FOR AFTER SCHOOL PROGRAM Commodity Code: 952-18 Type of Purchase: Term Contract for One year with OTR for Two additional one year periods M/WBE Set -Aside: N/A Sr. Buyer: Maritza Suarez, CPPB Fax: 305-416-1925 E -Mail Address: msuarez@ci,miarni.fl.us IssueDate: OCTOBER 6, 2005 Deadline for Request for Additional Information/Clarification: October 17, 2005 Pre -Bid Conference/Site Visit: N/A Bid Security: N/A Performance Bond: N/A Bid Opening Date: MONDAY, OCTOBER 24, 2005 Time: 2:00 PM Sealed written Bids must be received by the City of Miami, City Clerk's Office, City HaII, 3500 Pan American Drive, Miami, Florida 33133-5504, no later than the date, time and at the location indicated above for the Bid Opening. Submittal of Bid by fax is not acceptable. Three (3) copies of the Bid Response Form (Forms 4-0-4.8) must be returned to the City or your bid may be disqualified. CONE OF SILENCE O.RDINA-NCE IS APPLICABLE TO THIS SOLICITATION. City of Miami Page 1 Bid No. 04.05-133 • CONTENTS 1. BID GENERAL TERMS .AND CONDITIONS AND SPECIAL CONDITIONS 2.0 2. BID RESPONSE FORM 4.0 3. BID RESPONSE FORM 4.0, SUBSECTION 4.2 BID FORM (PRICING) 4. BID RESPONSE FORM 4.0, SUBSECTION 4.5 AFFIRMATIVE ACTION PLAN 5. BID REPONSES CHECK LIST 5.0 6. ATTACHMENT A, INVITATION TO BID, STANDARD CONTRACT FFY-200405, CHILD CARE FOOD PROGRAM 7. LICENSURE, STATE FOOD LICENSE AND COUNTY OCCUPATIONAL 8. APPROVED CATERED LIST FOR THE CHILD CARE FOOD PROGRAM FY 2004-05 9. CERTIFICATES OF INSURANCE 10. HEALTH INSPECTION DOCUMENTATION WITH NOTED CORRECTIONS IMPLEMENTED, SANITATION CHECK LIST WITH FORMAL SANITATION PROGRAM 11, ATTACHMENT OF ADDENDUMS NOA AND NO.2 WHICH REFLECT THE CHANGE OF BID DATE. i0 0 �_. GENERAL TERMS AND CONDITIONS INTENT: The General Terms and Sheet form and shall mark "Alternate Conditions described herein apply to the Bid". Alternate bid shall be placed in the 1.10. AWARD OF CONTRACT: acquisition of goods or equipment with same bid. J an estimated aggregate cost of A. The FB, Bidder's response, any 5 ,000.00 or more. LG. ASSIGNMENT = Contractor agree addenda-issued,—and-the-purchase-order I 1.1, ACCEPTANCE. OF GOODS OR not to enter into subcontracts or asst shall constitute the entire contract, unless t EQUIPMENT - Any good(s) or equipment delivered under this 'bid shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is 1..J accepted as satisfactory to the City. It _ must comply with the terms herein and be fully in accordance with specifications and of the highest quality, In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City J reserves the right to cancel the order upon written noticeto the Contractor and return the product to the Contractor at the j Contractor's expense. J J .i J 1.2. ACCEPTANCE OF OFFER - The signed bid 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. 1.3. ACCE PTANCE/REJECTIDN- 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. 1A ADDENDUMS- It is the bidder's responsibility to ensure receipt of all Addendums. Addendums are available on the City's web site at http://ci.miami.fl.us. I.S. ALTERNATE BID MAY BE CONSIDERED - The City may consider one (1) alternate bid from the same Bidder for the same solicitation; provided, that the alternate bid offers a different product that meets or exceeds the bid requirements. In order for the City to. consider an alternate bid, the Bidder shall complete a separate Price 'modified in accordance with an ensuing transfer, convey, sublet, or otherwise y g dispose of this Contract, or any or all of its contract. right, title or interest herein, without City of Miami's prior written consent. 1,7. ATTORNEY'S FEES- In connection with any litigation, mediation and arbitration arising out of this Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through and including appellate litigation and any post judgment proceedings. 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. Bidder shall be in default of its contractual obligation if such documents are not submitted in a 1.8. AUDIT RIGHTS AND RECORDS timely manner and in the form required RETENTION - The Successful Bidder by the City. Where Bidder is .in default of these contractual requirements, the agrees to provide access at all reasonable City, through action taken by the times to the City, or to any of its duly Purchasing Department, will void its authorized representatives, to any books, acceptance of the Bidder's Response and documents, papers, and records of may accept the Bid from the next most Contractor which are directly pertinent to lowest responsive, responsible Bidder or this Bid, for the purpose of audit, re -solicit the City's requirements, The examination, excerpts, and transcriptions. City, at its sole discretion, may seek monetary restitution from Bidder and its The Successful Bidder shall maintain bid bond or guaranty, if applicable, as a and retain any and all of the books, result of damages or increased costs documents, papers and records pertinent sustained as a result of the Bidder's to the Contract for three (3) years after default. the Cit}, makes final payment and all other pending matters are closed, D. The term of the contract shall be Contractor's failure to or refusal to specified in one of three documents comply with this condition shall result in which shall be issued to the successful Bidder. These documents may either be a the immediate cancellation of this purchase order, notice of award and/or contract by the City. contract award sheet. 1.9, AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not-for-profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein Each Governmental, not-for-profit or quasi -governmental entity which uses a contract(s) resulting here from, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s). City of Miami Page 2 Bid No. 04-05-133 E. The City reserves the right to automatically extend this contract for up to one 'hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder, in writing,,of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term l _ shall conclude upon completion of the minimum standard of design, efficiency, 1.18. COMPLIANCE WITH Jexpressed or implied warranty periods, grade or quality of goods only. When the FEDERAL, STATE AND LOCAL City does not wish to rule out other LAWS - Contractor understands that G. The City reserves the right to award competitors' brands or makes, the phrase the contract on usplil-order, lump sum or "Olt EQUAL" is added, When bidding contracts between private entities and _� individual -item basis, or such an approved equal, Bidders will submit, local governments are subject to certain combination as shall best serve the with their bid, complete sets of necessary laws and regulations, including laws interests of Y1tc City unless otherwise data (factory iriforntation sheets, pertaining to public records,conflict of specified. specifications, brochures, etc.) in order interest, records keeping, etc. City and for the City to evaluate and determine the Contractor agree to comply with and 1.11. BID BOND/BID SECURITY- A equality ofthe item(s) bid. The City shall observe all applicable laws, codes and cashier's or certified check, or a Bid be the sole ,judge of equality and its Bond signed by a recognized surety decision shall be final. Unless otherwise ordinances as that may in any way, affect company that is licensed to do business specified, evidence in the form of the goods or equipment offered, in the State of plorida, payable to the samples may be requested if the proposed including but not limited to: City of Miami, for the amount bid is brand is other than specified by the City, required from all bidders, if so indicated Such samples are to be famished after the under Section 2,0 Special Conditions, date of bid opening only upon request of This check or bond guarantees that a the City. If samples should be requested, bidder will accept the order or contract, such samples must be received by the j as bid,, if it is awarded to bidder. Bidder City no later than seven (7) calendar J shall forfeit bid deposit to the City should days after a formal request is made. City award contract to Bidder and Bidder fails to accept the award. The City 1.15. CANCELLATION - The City reserves the right to reject any and all reserves the right to cancel all invitations surety tendered to the City. Bid deposits for bid before bid opening. In the event are returned to unsuccessful bidders of bid cancellation, the Director of within ten (10) days after the award and Purchasing shall notify all prospective successful bidder's acceptance of award. bidders and make available a written If sixty (60) days have passed after the explanation for the cancellation. A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this FB. C. The State of Florida Statutes, Section 287.133(3)(4) on Public I date of the formal opening of the bids, Entity Crimes. 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. 1.12. BID RESPONSE FORM - All forms, as described under Section 4.0, should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORIEITED LIQUIDATED DAMAGES - Failure to execute a Contract and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next most lowest responsible Bidder or all bids may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade panres, or bidder catalog numbers are specified, it is for the purpose of establishing the type, function, 1.16. 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 unamor ized 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. 1,17. COLLUSION -Bidder, by affixing a signature to its 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 of Miami's Purchasing Department or initiating department. The Bidder certifies that its bid is fair, without control, collusion, fraud or other illegal action, Bidder certifies that it is in compliance with Section 2.611, Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids where collusion may have occurred. City of Miami Page 3 Bid No. 04-06-933 D. Mmority/Wonnen Business Affairs Enterprise • (M/WBE) City Ordinances No. 10062, 10538, 11272, as amended, as applicable to this IFB. E. Environment Protection Agency (EPA), as applicable to this IFB. F. Uniform Commercial Code (Florida Statutes, Chapter 672). G. Americans with Disabilities Act of 1990, as amended. H. National .Institute of Occupational Safely Hazards (NIOSH), as applicable to this I1713. 1, National Forest Products Association (NEPA), as applicable to thislFB. I City Procurcinent Ordinance City Code .Section 18, Article 111. K. Conflict of Interest, City Code Section 2-611;61. L. Cone of Silence, City Code Section 18-74. I 1 J and laws may be considered grounds for communications in connection with the termination of contract(s). collection of industry comments or the performance of market research Copies of the City Ordinances may be regarding a particular RFP, RFQ, RFLI obtained from the City Clerk's Office, OR IFB by City Purchasing staff. 1.19. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or 1F13 after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of Goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFB (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, or their respective staffs; and any member of the respective selection/evaluation committee, The provision does not apply to, among other communications: oral communications with the City purchasing staff regarding Minority/Women Business Enterprise (M/WBE) and local vendor outreach programs; oral communications, provided the communication is limited strictly to matters of process or procedure already contained in the solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly City of Miami Bid No. 04-05-133 Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk at Marcia c ci.miami.fl.us. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential, penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence, You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.20. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract Page 4 who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the your firm, .1.22. COPYRIGHT OR PATENT RIGHTS - Bidders warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered as a result of this IFB, and bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.23. DEBARM , NT AND SUSPENSIONS (Sec 18-107) - (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City. Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be. exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to M. The Florida Statutes Sections noticed site visits/inspections, pre- contains a confidentiality provision, it 218.73 and 218.74 on Prompt proposal or pre-bid conferences, oral shall have no application when disclosure Payment. presentations before selection/evaluation is required by Florida law or upon court committees, contract negotiations during order. ( 1 N. First Source Hiring Agreement, City any duly noticed public meeting, or Ordinance No. 10032, as applicable public presentations made to the Miami 1.21. CONFLICT OF INTEREST = to this IFB. Implemented to foster City Commission during a duly noticed Bidders, by responding to this 1FI3, the creation of new and permanent public meeting; or cer if}�}ta o �e best of their Irn�wletlge jobs for City of Miami residents; or belief, no elected/appointed official or requires as a condition precedent to communications in writing or by email at employee of the City of Miami is the execution of service contracts any time with any City employee, official financially interested, directly or including professional services. or member of the City Commission indirectly, in the purchase of goods or unless specifically prohibited by the equipment specified in this I1713. Any Lack of knowledge by the bidder will in applicable RFP, RFQ or bid documents such interests on the part of the Bidder or —' no way be a cause for relief from. (See Section 2.2. of the Special its employees must be disclosed in responsibility. Non-compliance with all Conditions); or writing to the City. Further, you must local, state, and federal directives, orders, disclose the name of any City employee I 1 J and laws may be considered grounds for communications in connection with the termination of contract(s). collection of industry comments or the performance of market research Copies of the City Ordinances may be regarding a particular RFP, RFQ, RFLI obtained from the City Clerk's Office, OR IFB by City Purchasing staff. 1.19. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or 1F13 after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of Goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFB (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, or their respective staffs; and any member of the respective selection/evaluation committee, The provision does not apply to, among other communications: oral communications with the City purchasing staff regarding Minority/Women Business Enterprise (M/WBE) and local vendor outreach programs; oral communications, provided the communication is limited strictly to matters of process or procedure already contained in the solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly City of Miami Bid No. 04-05-133 Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk at Marcia c ci.miami.fl.us. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential, penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence, You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.20. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract Page 4 who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the your firm, .1.22. COPYRIGHT OR PATENT RIGHTS - Bidders warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered as a result of this IFB, and bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.23. DEBARM , NT AND SUSPENSIONS (Sec 18-107) - (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City. Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be. exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to 1 obtaining or attempting to (c) Certification. All Contracts for goods E. Becoming insolvent, being declared obtain a public or private and services, sales, and leases by the city bankrupt, or committing any act of Contract or subcontract, or shall contain a certification that neither bankruptcy or insolvency, or incident to the performance of the Contractual Party nor any of its mating an assignment for the such Contract or subcontract. principal owners or personnel have been benefit of creditors, if the convicted of any of the violations set insolvency, bankruptcy, or (2) Conviction under state or forth above or debarred or suspended as assignment renders the successful fedcral statutes of set-forth—h paragraph(6)(5). Bidder incapable of performing the i embezzlement, theft, forgery, work in accordance with and as bribery, falsification or destruction of records, receiving stolen property, or i any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids (d) Debarment and suspension decisions, Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seep judicial relief. or Proposals. 1.24. DEFAULT/FAILURE TO PERFORM - The City, shall be the sole (4) Violation of Contract judge of nonperformance, which shall provisions, which is regarded include any failure on the part of the by the Chief Procurement successful Bidder to accept the award, to Officer to be indicative of furnish required documents, and/or to nonresponsibility. Such fulfill any portion of this contract within violation may include failure the time stipulated. without good cause to perform in accordance with the terms Upon default by the successful Bidder to and conditions of a Contract or meet any terms of this agreement, the to perform within the time City will notify the Bidder of the default limits provided in a Contract, and will provide the contractor three (3) provided that failure to perform days (weekends and holidays excluded) caused by acts beyond the to remedy the default. Failure on the control of a party shall not be contractor's part to correct the default considered a basis for within the required three (3) days shall debarment or suspension. result in the Contract being terminated and upon the City notifying in writing (5) Debarment or suspension of the the contractor of its intentions and the Contractual Party by any effective date of the termination. The federal, state or other following shall constitute default: governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. 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. City of Miami Page 5 Bid No. 04-05-133 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 will) the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.25. DEBARRED/SUSPENDED VENDORS — An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a bid on a contract to provide 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 bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.26. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the Bid shall be fixed after the award by the Commission unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the Bid will be accepted from successful Bidder(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from npproval by the City Commission Any discounts offered by a manufacturer to Bidder will be passed on to the City. 1.27. DISCREPANCIES, ERRORS, AND OMISSIONS -Any discrepancies, errors, or ambiguities in the Invitation for Bids or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Invitation for Bids and will become part of the purchase I conditions quoted in its bid will be firm (1) Bids will only be considered from throughout the duration of the contract entities who are regularly engaged agreement (contract documents). The (3) Bid does not conform to the best industry practices in the ' goods and/or equipment required by City will not be responsible for any oral requirements of the Bid industry as determined by the City. demonstrate a satisfactory record of instructions, clarifications, or other (4) Bid requires a conditional award of time. sufficient financial., material, communications. that conflicts with the method of (2) The City may consider any evidence resources, and expertise to meet all AGREEMENT (Sec. 18-105) 1.28. EMERGENCY / DISASTER award available regarding the financial, - used herein shall be construed to PERFORMANCE - In the event of a (5) Bid does not include required technical and other qualifications established entity in line with the hurricane or other emergency ordisaster samples, certificates,—licenses as and abilities of a Bidder—includin Page 6 situation, the successful vendor shall required past performance (experience) with provide the City with time (6) Bid was not executed by the the City or any other governmental commodities/services defined within the Bidder's authorized agent on the Bid entity in making the award. scope of this bid at the price contained Form. tl ' d MA Further successful wr un ven ors t , (4) vendor shall deliver/perform for the city -1. on a priority basis during such times of emergency. 1.29. ENTIRE AGREEMENT - The contract consists of this City of Miami Bid and specifically this Section H, Contractor's Response and any written agreement entered into by the City of Miami and Contractor, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Bid and/or Response, then the Bid and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.30. ESTIMATED QUANTITIES - Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this bid. Said estimates may be used by the City for purposes of determining the low bidder meeting specifications, The City reserves the right to acquire additional quantities at the prices bid or at lower prices, in this IFB. 1.31. EVALUATION OF BIDS A. Reiection of Bids The City may reject a Bid 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 City of Miami Bid No. 04-05-133 The foregoing is not an 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 Bid Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration (1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is .a defaulter as surety or otherwise upon any obligation to the City. (2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. (3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility The City may require the Bidders) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Bid. 1.32. EXCEPTIONS TO GENERAL AND OR SPECIAL CONDIT-IONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Bid Response Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non-responsive. 1.33. F.O.B. 'DESTINATION - Unless otherwise specified in the IFB, all prices quoted by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this IFB. Failure to do so may be cause for rejection of bid. 1.34. FIRM PRICES - The bidder warrants that prices, terms, and conditions quoted in its bid will be firm (1) Bids will only be considered from throughout the duration of the contract entities who are regularly engaged unless otherwise specified in the IFB. in the business of providing the Such prices will remain firm for the goods and/or equipment required by period of performance or resulting the Bid. Bidder's must be able to purchase orders or contracts, which are to demonstrate a satisfactory record of be performed or supplied over a period performance and integrity and have of time. sufficient financial., material, equipment, facility, personnel 1.35. FIRST -SOURCE AIRING resources, and expertise to meet all AGREEMENT (Sec. 18-105) contractual requirements. The terms (a) The commission approves implementation of the first -source "equipment and organization" as hiring agreement policy and requires used herein shall be construed to as a condition precedent to file mean a fully equipped and well execution of service contracts for established entity in line with the facilities, services, and/or receipt of grants and loans, for projects of a Page 6 i nature that create new jobs, the 1.36. GOVERNING LAW AND notice of its privacy information successful negotiation offirst-source VENUE: practices including specifically, a hiring agreements between the The validity and effect of this Contract description of the types of uses and organization or individual receiving shall be governed by the laws of the State disclosures that would be made with said contract and the authorized of Florida. The parties agree that any protected health information, representative unless such an action, mediation or arbitration arising agreement is found infeasible by the out of this Contract shall take place in 1.39. IDEMNIFICATION - The city manager and such Ending Miaml--Dade County, ,lorida, Contractor shalJ indemnify . and save 'approved by the city commission al I apublic hearing. (b) For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: Authorized representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Facilities means all publicly financed projects, including but without limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction .loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts means contracts for the procurement of services by the city which include professional services. Services includes, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment. (c) The authorized representative shall negotiate each first -source hiring agreement. (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city training and employment programs, and other residents of the city. 1.37. HEADINGS AND TERMS - The beadings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.38. HE, ALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health 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 itself 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, attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting investigation. information (=) and/or Protected Health Information (PHI) shall comply 1.40. INFORMATION AND with the Health Insurance Portability and DESCRIPTIVE LITERATURE Accountability Act (HIPAA) of 1996 and Bidders must furnish all information the City of Miami Privacy Standards. requested in the spaces provided on the HIPAA mandates for privacy, security gid Response Form. Further, as may be and electronic transfer standards, that specified elsewhere, each Bidder must include but are not limited to: submit for bid evaluation cuts, sketches, 1. Use of information only fo descriptive literature and technical performing services required by the contract or as required by law; 2. Use of appropriate safeguards to prevent nonpermitted disclosures; 3. Reporting to the City of Miami of any nonpermitted use or disclosure; 4. Assurances that any agents andm subcontractors agree to the sae restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; 5. Making Protected Health Information (PHI) available to the customer; 6. Making PHI available to the customer for review and amendment; and incorporating any• amendments requested by the customer; 7. Making PER available to the City of Miami for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to the City, of Miami for compliance audits. PI -II shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written City of Miami Page 7 Bid No. 04-05-133 r specifications covering the products offered. Reference to literature submitted with a previous bid or on file with the Buyer will not satisfy this provision. 1.41. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or equipment required to be provided by the Contractor under this Contract conform to the terms of the IFB. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject. to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 15-79), as same may be amended or supplemented from time to time. 1.42. INSPECTION OF BID - Sealed bids received by the City pursuant to Invitation For Bids will not be made available until such time as the City I J J J 1 J J 1.43. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured," Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in themanner prescribed in this Invitation for Bids 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 1FB within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future bids to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9'a Floor, Miami, Florida 33130, 305-416- 1604. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 1.44. INVOICES - Invoices shall contain purchase order number and details of goods or equipment delivered (i.e. quantity, unit price, extended price, etc). City of Miami Bid No. 04-05-133 other responsible and responsive bidder. IAG. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders a separate Manufacturer's Certification of all statements made in the bid. Failure to provide such certification may result in the rejection of bid or termination of contract, for which the bidder must bear full liability. 1.47, MINORITY/WOMEN PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minoriii and Women Business Affairs and Procurement Ordinance of the City of Miami, 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 will) a minority firm(s) 2, Utilizing minority firm(s) as subcontractor(s). Page 8 Successful bidder(s) shall be required to establish an -Affirmative Action Plan, if not, an Affirmative Action Policy shall be established, pursuant to Ordinance 410062 as amended. Effective date of implementation must be indicated on the policy. A "Minority Status Information Sheet" in Section 4.4. is provided to assist bidders in presenting information contenting minority+ participation. Minority and women -owned business firms are encouraged, but not required, to register with the City prior to submitting bids. The Purchasing Department, Minority/Women Business Affairs Office, 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. Bidders may contact this Office at (305) 416-1913 for information. 1.48. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS No contract or understanding to modify this IFB and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order or modification to the contract, purchase order or award sheet as appropriate. 1,49, NO INTEREST IN BIDDING - If you do not wish to bid, please return the "Statement of No Bid" form, stating the reason. Failure to submit a response after three (3) times without a sufficient justification of "No Bid" will be cause for removal from the Vendor/Bidder's list. provides notice of a decision or intended 1.45. LOCAL PREFERENCE - 3. Utilizing minority firm(s) to supply decision or within 10 days after bid City Code Section 18-85, states that the goods and/or services. opening, whichever is earlier. Bid results City Commission may offer to a 4. Successful implementation of well will be tabulated and may be furnished responsible and responsive bidder, who maintains a Local Office, the opportunity defined affirmative action program. upon request via fax or e-mail to the Sr. of accepting a bid at the low bid amount, 5• Other forms of minority Buyer issuing the IP'B. Tabulations also if' the original bid amount submitted by participation, if properly are available on the City's Jeb Site the Jocal vendor is not more than ten documented. following recommendation for award. percent (I 0"/o) in excess of the lowest I J J J 1 J J 1.43. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured," Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in themanner prescribed in this Invitation for Bids 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 1FB within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future bids to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9'a Floor, Miami, Florida 33130, 305-416- 1604. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 1.44. INVOICES - Invoices shall contain purchase order number and details of goods or equipment delivered (i.e. quantity, unit price, extended price, etc). City of Miami Bid No. 04-05-133 other responsible and responsive bidder. IAG. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders a separate Manufacturer's Certification of all statements made in the bid. Failure to provide such certification may result in the rejection of bid or termination of contract, for which the bidder must bear full liability. 1.47, MINORITY/WOMEN PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minoriii and Women Business Affairs and Procurement Ordinance of the City of Miami, 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 will) a minority firm(s) 2, Utilizing minority firm(s) as subcontractor(s). Page 8 Successful bidder(s) shall be required to establish an -Affirmative Action Plan, if not, an Affirmative Action Policy shall be established, pursuant to Ordinance 410062 as amended. Effective date of implementation must be indicated on the policy. A "Minority Status Information Sheet" in Section 4.4. is provided to assist bidders in presenting information contenting minority+ participation. Minority and women -owned business firms are encouraged, but not required, to register with the City prior to submitting bids. The Purchasing Department, Minority/Women Business Affairs Office, 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. Bidders may contact this Office at (305) 416-1913 for information. 1.48. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS No contract or understanding to modify this IFB and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order or modification to the contract, purchase order or award sheet as appropriate. 1,49, NO INTEREST IN BIDDING - If you do not wish to bid, please return the "Statement of No Bid" form, stating the reason. Failure to submit a response after three (3) times without a sufficient justification of "No Bid" will be cause for removal from the Vendor/Bidder's list. Vendors are encouraged to register on- afforded equal opportunity line by visiting the City's website at employment. hllp:/lpvawv.ci.nnami:O.uslprocu semen t/. 1.50. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.51. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's expense. These non- conforming items not delivered as per delivery date in bid and/or Purchase Order may result in bidder being found in default in which event any and all reprocurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's bidder's list. 1.52. 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. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder shall not discriminate against any person on the basis of race, color, religion, disability, "age, sex, marital status or national origin. All persons having appropriate qualifications shall be for similar sources for the purchase of these goods or equipment as may be available. 1.53. OCCUPATIONAL It is hereby agreed and understood flint LICENSE - Any person, firm, this solicitation does not constitute the corporation or joint venture, with a exclusive rights of the successful -business -location -in-the-Gity-of-Miami bidder(s) to receive all orders that may be generated by theCity inn nonjunction wwilh and is submitting a Bid under this IFB this Solicitation. shall meet the City's Occupational License Tax requirements in accordance In addition, any and all commodities, with Chapter 31.1, Article I of the City of equipment, and services required by the Miami Charter. Others with a location City in conjunction with construction outside the City of Miami shall meet projects are solicited under a distinctly their local Occupational License Tax different bid process and shall not be purchased under the terms, conditions requirements. A copy of the license must and awards rendered under this be submitted with the Bid; however, the solicitation, unless such purchases are City may at its sole option and in its best determined to be in the best interest of interest allow the Bidder to supply the the City. license to the City during the evaluation period, but prior to award. 1.54. OWNERSE IP OF DOCUMENTS - It is understood by and between the parties than any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder pursuant to this solicitation shall at all times remain the property of the City and shall not be used by the Bidder for any other purposes whatsoever without the written consent of the City. 1.55, PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.56. I2ERFORMANCE BOND - A Contractor may be required to furnish a Performance Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.57. NON-E,XCLUSIVI; CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional bids for these herein items, and to make use of other competitively bid (governmental) contracts, SNAPS Agreements, or other City of Miami page 9 Bid No. 04-05-133 1.58, PREPARATION OF BIDS - Bidders are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid amounts shall be typewritten entered into the space provided with ink. Failure to do so will be at the Bidder's risk. A. Each Bidder shall furnish the information required in the IFB. The Bidder shall sign the IFB and print in ink or type the name of the Bidder, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. The unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder must state a definite time, if required, in calendar days for delivery of goods or equipment. 0 D. The Bidder should retain a copy of all bid documents for future Preference. L E All bid res onse forms as described 1.62, PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest -Det cost for bid evaluation purposes. benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.65. PUBLIC ENTITY CRIMES - A p person or affiliate who has been placed under Section 4.0, must be fully on the convicted vendor list following a completed att I typed or printed in Bidders—aryment terms iprovide space convicfion far a public entity crime may ink and must be signed in ink with Prompt payment terms in the space not submit a bid on a contract to provide the firm's name and by an officer or Provided on the Bid Certification any goods or services to a public entity, --� employee having authority to bind Statement Fort (Section No. 4.1.). If no may not submit a bid on a contract with a the company or firm by his/her Prompt payment discount is being public entity for the construction or offered, the Bidder must enter zero (0) signature. Bids having any erasures repair of a public building or public . or corrections must be initialed in for the percentage discount to indicate no work, may not submit bids on leases of —I ink by person signing the bid or the discount. If the Bidder fails to enter a real property to a public entity, may not bid may be rejected. percentage, it is understood and agreed be awarded or perform work as a —1 that the terms shall be 2% 20 days, contractor, supplier, subcontractor, or J F f l �I J -1 J I i J J The City of Miami's Bid Response Forms which are attached to this solicitation should be used when Bidder is submitting its bid. Use of any other forms will result in the rejection of the bid. THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR BID MAY, BE DISQUALIFIED. 1.59. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.60. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the bid price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.61. PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. City of Miami Bid No. 04-05-133 effective after receipt o invoice or fma consultant under a contract with any acceptance by the City, whichever is public entity, and may not transact later, business with any public entity in excess of the threshold amount provided in When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders during the term of the contract. 1.63. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be,the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property if any. 1.64. PROVISIONS BINDING - Except as otherwise expressly provided in this Contract, all covenants, conditions and provisions of this Contract shall be binding upon and shall inure to the Page 10 Section 287.017, f6r CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.66. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.67. QUALITY -. All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this bid shall be new. The items bid must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this IFB. 1.68. 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. 1.69. REMEDIES PRIOR TO AWARD (Sec. 18-106) If prior to Contract award it is determined that a solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the Interest is published in a newspaper of upon which the protest of the solicitation law. general circulation. A notice of intent to or the award is based, and shall include file it protest is considered filed when all pertinent documents and evidence and 1.70. RESOLUTION OF received by the Chief Procurement shall be accompanied by the required CONTRACT DISPUTES (Set. 18- , Officer; or Filing Fee as provided in subsection (f). J105) ii. Any prospective bidder who intends .This shall form the basis for review of (a) Authority to resolve Contract to contest Bid Specifications or a bid the written protest and no facts, grounds, disputes. The City Manager, after solicitation mny protest to the Chief documentation or evidence no( contained obtaining the approval of the city Procurement Officer, A written notice of. in the protester's submission to the Chief J attorney, shall have the authority to intent to file a protest shall be filed with Procurement Officer at the time of filing resolve controversies between the the Chief Procurement Officer within the protest shall .be permitted in the Contractual Party and the city which three days after the bid solicitation is consideration of the written protest, arise under, or by virtue of, a Contract published in a newspaper of general between them; provided that, in cases circulation. A notice of intent to file a involving an amount greater than protest is considered filed when received $25,000, the City Commission must by the Chief Procurement Officer, j approve the City Manager's decision. Such authority extends, withou J limitation, to controversies based upon breach of Contract, mistake misrepresentation or lack of complete performance, and shall be invoked by Contractual Party by submission of protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be. final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section, 1.71. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest, The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policits and Procedures of Purchasing. 1. Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of City of Miami Bid No. 04-05-133 t 2. Protest of Award. i. Any actual proposer who perceive: itself -aggrieved in connection with tht recommended award of Contract ma} a protest to the Chief Procurement Officer, a A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract. The receipt by proposer of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer, A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested, A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. No time will be added to the above limits for service by mail. In computing any period of time prescribed or -allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday - or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and' the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the cit), attorney and the City.Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. The written protest shall state with Upon receipt of a written protest fled particularity the specific facts and law pursuant to the requirements of this Page 11 n section, the city shall not proceed further and replacements that will be provided. TURN LEFT, PROCEED SOUTH To LJI with the solicitation or with the award of bidders must explant on the attached Bid So. BAYSHORE DR. (3RD the Contract until the protest is resolved Response Form to what extent warranty TRAFFIC LIGHT) , TURN LEFT, 1 BLOCK TURN RIGHT ON PAN by the Chief Procurement Officer or the . and service facilities are available. A AMERICAN DR. CITY HALL Is r 1 City Commission as provided in AT THE END OF PAN AMERICAN subsection (b) above, unless the City copy of the manufacturer's warranty, if DR. PARYING IS ON RIGHT. 'J g er makes kes a written determination applicable, should be submitted with FROM THE SOUTH: USI NORTH TO 2-22IJ A�11�, TURN RIGHT, that the solicitation prOCCSS Or the your bid. PROCEED SOUTH TO 50. Contract award must be continued BAYSHORE DR. (3RD TRAFFIC without dela in order to avoid an y 1.7s. SILENCE or LIGHT), TURN LEFT, 1 BLOCK. _ I immediate and serious danger to the SPECIF CATIONS - Tile apparent TURN RIGHT, ON PAN AMERICAIJ DR. CITY HALL Is AT THE public health, safety or welfare, silence of these specifications and any END of PAN AMERICAN DR. I (e) Costs. All costs accruing from a supplemental specification as to any PARKING IS OIJ RIGHT. J protest shall be assumed by the protestor. detail or the omission from it of detailed C. Telegraphic bids or facsimile will description concerning any point shall be not be considered. `i (f) Filing Fee. The written protest must regarded as meaning that only the best be accompanied by a filing fee in the commercial practices are to prevail and D. -Failure to follow these procedures is form of a money order or cashier's check that only materials of first quality and cause for rejection of bid, payable to the city, in an amount equal to correct type, size and design are to used. —7 one percent of the amount of the Bid or All workmanship is to be first quality. E. The responsibility for obtaining and Proposed Contract, or 15000,00, submitting this bid to the City I whichever is less, which filing fee shall Clerk's Office on or before the time guarantee the payment of all costs which All interpretations of these specifications and date is solely and strictly the may be adjudged against the protestor in shall be made upon the basis of this responsibility of Bidder, The City any administrative or court proceeding. If statement. of Miami is not responsible for a protest is upheld by the Chief delays caused by the United States Procurement Officer and/or the City If your firm has a current contract with mail delivery or caused by any other Commission, as applicable, the filing fee the State of Florida, Department of -occurrence. Bids received by the 1 shall be refunded to the protestor less any General Services, to supply the items on City Clerk after bids have begun to J costs assessed under subsection (e) this bid, the bidder shall quote not more be opened will be returned above. If the protest is denied, the filing unopened, and will not be fee shall be forfeited to the city in lieu of than the contract price; failure to comply considered for award. payment of costs for the administrative with this request will result in proceedings as prescribed by subsection disqualification of bid.. F. Late bids will be rejected. (e) above. 1.76.. SUBMISSION AND G. All bids are subject to the conditions 1.72. SAMPLES - Samples of items, RECEIPT OF BIDS - Bids must be specified herein. Those which do J when required, must be submitted within received at the designated location and not comply with these conditions are the time specified. at no expense to the at, or before, the specified time of subject to rejection. City. If not destroyed by testing, opening as designated in the FB. NO J bidder(s) will be notified to remove EXCEPTIONS. Bidders are welcome to H. Modification of bids already samples, at their expense, within 30 days attend bid opening; however, no award submitted will. be considered only if after notification. Failure to remove the will be made at that time. A bid received at the City Clerk's Office samples will result in the samples tabulation will be furnished upon request; before the time and date set for J becoming the property of the City. and, Bidder must enclose a self- opening bids. All modifications addressed, stamped envelope when must be submitted in writing. Once 1.73. SELLING, submitting a bid to receive the tabulation. a bid is opened, the City will not TRANSFERRING OR ASSIGNING consider any subsequent submission RESPONSIBILITIES - Contractor shall A. Bids shall be enclosed in a sealed which alters the bid, J not sell, assign, transfer or subcontract at envelope. The face of the envelope must show the hour and date I. If bids are submitted at the same any time during the term of the Contract, specified for receipt of bids, the bid time for different solicitations, each or any part of its operations, or assign number, and the name and return bid must be placed in a separate 1 any portion of the performance required address .of the Bidder. Bids not envelope and each envelope must by this. contract, except under and by submitted on the requisite Bid contain the information previously I virtue of written permission granted by Response Forms may be rejected. stated in 1.76.A. I the City through the proper officials, which may be withheld or conditioned, in B. Bid must be submitted to the office 1.77. TAKES - The City of Miami is and address listed on the front page exempt from an), taxes imposed by the the City's sole discretion. of this IFB by the time specified to State and/or Federal Government. be considered for award. Exemption certificates will be provided 1.74. SERVICE AND Directions: upon ; request. WARRANTY — When specified, the FROM THE NORTH: I-95 SOUTH bidder shall define all warranty, service UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., City of Miami Page 12 Bid No. 04-06-133 1 1 1.78. TERMINATION - The City of Miami reserves the right to terminate this contract by written . notice to the contractor effective the dale specified in the notice should any of the following J apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions ofthe contract. 1 B. The City has determined that such . termination will be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods or equipment. The City's obligation is contingent upon the availability of appropriate funds. 1.79. TERMS OF PAYMENT - Payment will be made by the City after the items awarded to a Bidder have been 1 received, inspected, and found to comply j with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be 1 made by the City of Miami. 1 Payment shall be made after delivery, .within 45 days of receipt of an invoice 1 and authorized inspection and acceptance of the services/goods and pursuant to Florida Statute 218.74 and other applicable law. i 1.80. TffyMf LY DEUVRRY - Time 1 will be of the essence for any orders placed as a result of this bid. The City j reserves the right to cancel such orders, JJ or any part thereof, without obligation, if delivery is not made within the time(s) specified on the ]aid Form. Deliveries J are to made during regular City business hours unless otherwise specified in the Special Conditions. 1.81. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.82. VARIATIONS OF SPECIFICATIONS - For purposes of bid evaluation, bidders must indicate any J variances from bid specifications and/or conditions, no matter how slight. If variations are not stated on the Bid 1 Response Form, it will be assumed that the product fully complies with the City's specifications, City of Miami Page 13 Bid No. 04-06-133 I_I �l 2.0 SPECIAL CONDITIONS u 2.1. PURPOSE: The purpose of this Bid is to establish a contract, by means of sealed bids, for the furnishing of nutritious snacks to participants in the City's Out of School Time Program, in accordance with guidelines and requirements imposed by the State of Florida and the United States Department of Agriculture.—This program is adrhinistered-by Mr.—Zachariah-Evangeliste, Department -of -Parks and Recreation. J 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/ CLARIFICATION Any request for additional information or clarification must be received by no later than the deadline date specified on the cover sheet of this solicitation. Bidders may fax, mail, or email their requests to the attention of Ms. Maritza Suarez, Sr. Procurement Specialist at the City of Miami, Purchasing Department, 444 SW 2"d Avenue, 6th Floor, Miami, Florida 33130. Facsimile Number 305-416-1925. J 2.3. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for J one (1) year with the option to extend for two (2) additional one (1) year periods, subject to the availability of funds for succeeding fiscal years. 2.4. NON -APPROPRIATION OF FUNDS JIn 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 Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. 2.5. BIDDER QUALIFICATIONS a) Bids will be considered only from firms that are regularly engaged in the business of providing goods as described in this Bid; that have a record of performance for a reasonable period of time; and that have sufficient financial support, equipment and organization to insure that they can satisfactory execute the services if awarded a Contract under the terms and conditions herein stated. i b) Be a registered and approved vendor by the Department.of Health, Bureau of Child Nutrition Programs, and shall provide all information requested on the Bid Form, Jc) Have current State of Florida Health certificate for food preparation facilities. d) Have documentation evidencing appropriate state approval to operate a food service facility. e) Not have any member, officer, or stockholder that is in arrears or is in default of any debt or J contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. f) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. The term "equipment and organization" as used herein shall be, construed to mean a fully equipped and. well established industry as determined by the proper authorities of the City of Miami, Florida. J 2.6. FAILURE TO PERFORM / PENALTIES 1 Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. City of Miami Page 14 Bid No. 04.05-133 2.7. INSURANCE REQUIREMENTS INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance-under-the-provisions-of-the-contract,—including-all-acts-or-omissions-to-act-on-the-part of bidder, Including any person performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the ] negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses J and liabilities incurred in the defense of any such claim, or the investigation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 61h Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage J has been obtained which meets the requirements as outlined below: a. Worker's Compensation Insurance in accordance with applicable state laws and regulations and Employer's Liability Insurance with a limit of not less than $100,000. b. Comprehensive General Liability Insurance covering all operations and services under the contract with limits of bodily injury and property damage coverage of not less than $300,00 combines single limit issued on a per occurrence basis. City must be shown as an additional insured with respect to this coverage. c. Comprehensive Automobile Liability Insurance, including owner, non -owned and hired vehicle coverage of not less than $100,000 combined single limit, issued on a per occurrence basis, if operations and services under the contract involve the use of operation of automotive vehicles on City premises. The City needs to be named as additional insured. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Key Rating Insurance Guide or acceptance of insurance company which holds a valid Florida Certificate of Authority issued by the State of Florida, Department of Insurance, and are members of the Florida Guarantee Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE, Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. • --If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: d. Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. City of Miami Page 15 Bid No. 04-05-133 e. The City may, at its sole discretion, terminate this contract for cause and seek re - procurement damages from the Bidder in conjunction with the General Terms and Conditions of the Bid. J Certificates of insurance coverage described above shall be furnished by the awarded vendor IJ within thirty (30) days after notice of award. Failure, by the awarded vendor to furnish the req uired-certificates-within-the-time-designated-shall-cause-the-C-ity-to-withdraw -the--award -and proceed with -the next lowest responsive bidder. The Bidder shall be responsible for assuring that J the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. —1 2.8. CONTRACT ADMINISTRATOR J Upon award, contractor shall report and work directly with Mr, Zachariah Evangeliste, who shall be designated as the Contract Administrator. 2.9. BID CLARIFICATION: JAny questions or clarifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the Purchasing Department, Ms. Maritza Suarez, Sr. Procurement Specialist; fax: (305) 416-1925. The bid title and number shall be referenced on all correspondence. All questions must be received no later than the date specified on the cover page. All responses to —� questions will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.10. TIE BIDS: J Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that is has implemented a drug-free workplace program shall be given. preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug- free workplace program, a business shall: a. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and �I specifying the action that will be taken against employees for violations of such prohibition. b. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. c. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1). J d. In the statement specified in subsection (1), notify the employees that, as a condition of -� working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea J of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. e. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. f. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. 2.11. EXCEPTIONS TO SPECIFICATIONS: City of Miami Bid No. 04-05-133 i I J Page 16 Exceptions to the specifications shall be listed on the Bid Response Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non-responsive. 2.12. SPECIFICATIONS AND BID PACKAGE (a) Bidders shall adhere to all specifications, requirements and menus included in this invitation to-bid—Any-variance-to-the-specifications,–not-matter-how-slight,–must-be-explained. (b) Specifications have been summarized on the attached sample schedule and menus. Bidders shall carefully review the documents provided, and shall inform themselves thoroughly of the needs and requirements that may in any manner affect these programs. NO ALLOWANCE WILL BE MADE BECAUSE OF LACK OF KNOWLEDGE OF THESE CONDITIONS. 2.13. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the bid response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this bid. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this bid solicitation are the only conditions applicable to this bid and that the bidder's authorized signature affixed to the bidder's acknowledgment form attests to this. City of Miami Page 17 Bid No. 04-05-133 3.0 SPE CITICATIONS See attached Florida Department of Health Invitation To Bid, marked as "Exhibit A". City of Miami Page 18 Bid No. 04-05-133 (7) 4.0 BID RESPONSE FORM 4.1. Certification Statement Please-quote-on=this for-m(s)-net.-pricesfor_the_item(s)_listed_Return-signed-original_and_reta in 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 120 days following the time set for opening of the bids. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (1) certify that we have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this bid have been documented in the section below (refer to paragraph and section). EXCEPTIONS: Payment Terms: 2% 10 days90 Net 30 daysl�eS Delivery or Completion of project will be made within 1 calendar days ' after receipt of purchase order. We (1) certify that any and all information contained in this bid is true; and _we (1) 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, equipment, or service, and is in all respects fair and without collusion or fraud. We (1) agree to abide by all terms and conditions of this IFB and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: ` NAME OF BIDDER: G�Ja e� �'\CLN 042160-(5, (� �V & ADDRESS: 4D -1 A' UV, AUW'Ue PHONE: 6cyj-) 03 ` 4MCD FAX: t�I�JJ �3� SZDZ EMAIL: ino V (�fflcd�u+ Corti BEEPER: . 4I SIGNED BY: TITLE: 'Pa DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIF Y THIS I3M. i City of Miami Page 19 J Bid No. 04-05-133 Bid Response Form - Certification Statement (Page 2 of 3) CERTIFICATE OF AUTHORITY (1F CORPORATION) II—HE BY CE/R,TfFI'--that—,�t^—a—meeting--of---the --Board—of—birectors�of C�r��cxE� 1 �GLi�'ll I_C:t'�LP (L) (S ; LSIC. , a corpor tjon organized and existing under the laws of the State of (l�tl' held on fhe `'dd y of NUBS �i?(, 2D%�` a resolutiR5, was d„p ly passed and adopted authorizing (Name) ,�o LCa UElinp- � t�• IAV' as (Title) � LGICLW of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation;, sNg1ll,, be the official act and deed of the corporation. I further certify that said resolu,ti.on' remains in full force and effect. W WITNESS WHEREOF, I have hereunto set my hand this "1 , day of 20 0!5 Secretar acx Print: YaLDDLE o Tel CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of a partnership organized and existing under the laws of the State of held on the _day of a resolution was. duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect_ IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture, If there is no joint venture agreement each member of the joint venture must sign the bid and submit, the appropriate Certificate of Authority (corporate, partnership, or individual). City of Miami Pap 20 Bid No. 04-05-133 I J I I s I j Bid Response Form -.Certification Statement (Page 2 of 3) J CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Signed: Print: STATE OF Lo LOD A\ SS: COUNTY OF � ('CI.(Ylti —/�A2 ) `t�� The foregoinpnstrumen�k w acknowledged before me this `t day of 20 b5, b who is personally known to me or who has produc b2� 4Lq-y23--Q-5[62- ' as identification and who (did / did not) take an oath. r I 1` `[ IGuYl SIGNkT-U F NOTARY PUBLI STATE 0 FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC SARAHTAMARGO ♦ 4> V8 � a° �fis Notary Public - State of Florida Daly Commission t> ires Jun 26, 2M9 °`' Commission # DD 4,18655 ',° �•'� Q=4 National Notary Assn. City of Miami Page 21 j Bid No. 04-05-933 1 4.2. BID FORM J Estimated Estimated — - Item Servings Number Unit Extended _l No. Meal Type per Day of days Price Amount For the Program Centers as identified on the J Delivery Schedule (Attachment 6 of the IFB) II. Afternoon Snacks 820 215 SO. U 1 /Ea. $ _L%Yoe - lel —7 J Bidder has attached current State of Florida Health Certificate copy: V YES NO Issuing governmental agency: STATE QF - KI dA, Q2e?A C VNEKT % &t iSS W P-DfiSSILY-L�L Is bidder a registered and approved vendor y the State of Florida Department of Health, Bureau of Child Nutrition Program, by the bid opening date? V1, YES NO NOTE: The attached Florida Department of Health Invitation to Bid, Standard Contract FFY 2005-2006, marked as "Exhibit A", must be filled out in its entirety and submitted as part your bid response. Failure to do so shall deem your bid non-responsive. , C' � Bidder:Ll"a_L.Ile'ra's,-IlAruihorized Signature: a I (Company Name) 0 FAILURE TO COMPLETE, SIGN, AND RETURN THIS DOCUMENT SHALL DISQUALIFY THIS BID. City of Miami Page 22 Bid No. 04-05-133 4.3. Qualification Statement JINSTRUCTIONS: This -questionnaire -is -to -be -included --with your-hid..—Do-not_leau�-:�n3� questionsanans�uered.__-W-hen_the_question does not apply, write the word(s) "None", or "Not Applicable", as appropriate, Please print, I r COMPANY NAME: I G Ire_�,Olr 1 6 u 1 iL &I l=I•Ns �, COMPANY O�rr'IC/EERrS\:n President Secretary VULEQQ COMPANY OWNERSHIP: Vice President �66 Treasurer�(�� �l % of ownership 1 % of ownership % of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. (attach copy with bid) 2. Occupationalational License Classification 2-4-3-3&arml Srfotco- 3. Occupational License Expiration Date: 5:�I-' Tam ja 3D, mn Co 4. Metro -Dade County Certificate of Competency No. 1ADTL (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No.� EXPERIENCE: 6. Number of Years your organization has been in business: (3 7 Number of Years experience BIDDER/PROP05ER (person, principa),gfirm, owner) has had in operation of the type required by the specifications of the Bid or RFP: �`jj ) Number of Years experience BIDDEWROPOSER (firm, corporation,l1pX;lprietorship) has had in operation of the type required by the specifications of the Bid or RFP:. City of Miami Page 23 Bid No. 04.054133 Bid Response Form - Qualification Statement (Page 2 of 2) Experience Record: List references who may be contacted to ascertain information on past and/or present contracts, work, jobs, that BIDDER/PROPOSER has performed of a type similar to that required by specifications of the City's Bid or RFP with whom you have done business with in the past three (3 ) years: FIRIv1 NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB b-� o� Nam li,2nn OB eV d �&k �o �w Cav-- 3.50c) 'k -aa mencL,O NdL tegesI1110- 'i aavtt r 7LU -kba 3.116 CONTACT PERSON: L Ill PHONE NO.: FIRM NAM�RcE/E/A�dD�D, FSSj{�� �D}ATE OF JOB DESCR�IPpTION OF JOB C`om n�ty Mian 1�6e L\[ U" 1� `�D�1 ��(P� YL��S �D �D `l Oare i am r' , O S3 i 2R igkll ` CONTACT PERSON: LXPA LL PHONE NO.: 605 3L17— `-i EoM FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB Cakhol�c C%zr���5 act 1+ qw:5 eak a..y C�re r7D SUS i'SITEP-A 'udrC3 -S5�� (r)r"C0,0 iarni , �LCt i30f`S.,Rro �. 4 CONTACT PERSON: LY 1PU�I L -Q \AVYian PHONENO.: �OS) FIRM NAME/ADDRESS DATE.OF JOB DESCRIPTION OF JOB CPLT-�--��ilAJE:-: AL5 40 G�� JDA TDAt(L MAD FEQ eRATL 1 o 1711A"il, FL• 3 G CONTACT PERSON: SANP�I. GAB PHONE NO.: FAILURE TO FULLY COMPLETE, AND RETURN THIS FORM MAY DISQUALIFY YOUR BID, City of Miami Bid No. 04.05-133 Page 24 4.4. MINORITY/WOMIJN BUSIN SS AFFAIRS REGISTRATION AFFIDAVIT Please Check One Box Only [ Hispanic [ J Female (i Black [ ] Not Applicable If business is not 51% minority/female owned, affidavit does not apply. If nol applicable, notarization is not required. I We the undersigned agree to the following conditions: 1) that we have read Section 2.25 of the General Terms and meet the fifty-one percent (51 %) ownership and management requirement for minority/women registration status and will abide by all of the policies and regulations governing the City of Miami Minority and Women Business Enterprise Procedures; 2) that if at any time information submitted by the undersigned applicant in his/her Bidder Application should prove to be false, inaccurate, or misleading, applicant's name will be. struck from the City of Miami's Master Bidder list with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notify the City of Miami within thirty (30) days of any change in the firm's ownership, control, management or status as an ongoing minority/women business concern as indicated on the Bidder Application, and that the City of Miami, upon a finding to the contrary, may render a firm's registration with the City null and void and cease to include that firm in its registered list of minority and women - owned businesses; 5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her Bidder Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City of Miami may, share a firm's registration information concerning its minority/women status and its capability with other municipal or state agencies for the sole purpose of accessing the firm to their procurement opportunities, unless otherwise specified by the firm in writing. I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to the City of Miami is correct as per Ordinance No. 10062as amended. Firm Name: GfEllfd (If signing as a corporate officer, kindly affix corporate seal) n � (Name, Title & Date) e, Title & Date) This application must be signed by at least one general partner of a partnership or the proprietor 'of a ,sale' proprietorship or all partners of a joint venture. NOTARIZATION COUNTY, SS r /t COUNTY OF DA' `-c DE Date: V 1 2CDC-q, That: acknowledged the foregoing instrument as his/her act and deed, That he/sh Ea City of Miami Bid No. 04-05-133 423 -5`7- SARAH TAMARGO Notary Public - State onQ5 arty Commission E*res Jun 16, Commission iI DD 4"a Bonded By National Notary A. personally appeared. before me and as i ion Expires: ill oc 2 Page 25 4.5. SAMPLE OF AFFIRMATIVE ACTION POLICY for EQUAL EMPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION/ EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT It is the policy of (Company Name) to base its hiring and promotions on merit, qualifications and competency and that its personnel practices will not be influenced by an applicant's or employee's race, color, place of birth, religion, national origin, sept, age, marital status, veteran and handicapped status. One of the management duties of all principals at (Company Name) is to ensure that the following personnel practices are being satisfied: Take every necessary affirmative action to attract and retain qualified employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees. 3, Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. (Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and applicants opportunities available throughout this organization. Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of management. And so, to monitor our efforts, (Company Name) has assigned one of its principals as the Affirmative Action Director to monitor all activities of this program. Employees may contact (Name of assigned principal) at (telephone number) regarding this Affirmative Action Policy. DATE: I WAGS CD (SIGNATURE/TITLE): FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS DID, City of Miami Page 26 Bid No. 04-05-133