HomeMy WebLinkAboutRFQRFQ Number:
Commodity Code:
Commodity Title:
Type of Purchase:
M/WBE Set -Aside:
Sr. Buyer:
Buyer Fax:
E-Mail Address:
Issue Date:
Voluntary Pre -Bid
Conference:
Day/Date:
Time:
Location/Mail Address:
City of Miami
Request for Qualifications
RFQ
Purchasing Department
Judy S. Carter, Director
Miami Riverside Center
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130
http://ci.miami.fl.usl
RFQ Data
01-02-074
988-36
CITYWIDE LOT CLEARING SERVICES
Contract for One (1) year with OTR for three (3) additional one (1) year periods.
N/A
Pamela Burns, CPPB
305-416-1925
pburns@ci.miamill.us
March 18, 2002 Deadline For Request Of Additional Information/Clarification: 4110/02
Tuesday, April 9, 2002 at 9:00 AM at Miami Riverside Center, 444 SW 2 Ave.
N 1 A First Floor, Miami, Fla. 33130
Response Due Date
Wednesday, April 17, 2002
11:00 AM
Office of the City Clerk
City Hall
3500 Pan American Drive
Miami, Florida 33133-5504
Directions: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE.,
TURN LEFT, PROCEED SOUTH TO 50. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1
BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR.
PARKING IS ON RIGHT.
FROM THE SOUTH: USI. NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO.
BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN
DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
RFO Content Sections
1.0 Introduction to the RFQ process
2.0 General Terms and Conditions that are general in scope
3.0 Special Conditions related to this Request for Qualifications
4.0 Specifications and Submission Requirements describing what is needed
5.0 Instructions for the RFQ process
6.0 Response forms and Check List to be completed, signed and submitted with response.
Sealed written Responses must be received by the City of Miami, City Clerk's Office, no later than the date, time and at
the location indicated above for receipt. Submittal of Response by fax is not acceptable. One oriainal and two (2) copies of
your response and sets of response forms must be returned to the City or your response may be disqualified.
City of Miami, Florida
Lot Clearing Services RFQ 01-02-074
2.0 GENERAL TERMS AND CONDITIONS FOR THE PURCHASE OF SERVICES
INTENT: The General Terms and Conditions described herein apply to the acquisition of general
services with an estimated aggregate cost of $4,500.00 or more.
5.9 ACCEPTANCE OF OFFER - The signed bid response shall be considered an offer on the part of the
bidder; such offer shall be deemed accepted upon issuance by the City of a purchase order or other
contractual document.
5.10 ACCEPTANCE/REJECTION - The City reserves the right to accept or reject any or all Responses or to
select the Bidder(s) who, in the opinion of the City, will be in the best interest of and/or the most
advantageous to the City. It also reserves the right to reject the Response of any bidder(s) who has previously
failed to properly perform under the terms and conditions of a contract, to deliver on time services under a
contract of a similar nature, and who is not in a position to perform properly under this RFQ. The City
reserves the right to waive any irregularities and technicalities and may, at its discretion, re -advertise the
RFQ.
2.3. PIGGYBACK PROVISION - At such times as may serve its best interest, the City reserves the right to
advertise for, receive, and award additional bids for these herein items, and to make use of other
competitively bid (governmental) contracts, SNAPS Agreements or other similar sources for the purchase of
these goods and/or services as may be available.
2.4. SELLING, TRANSFERRING OR ASSIGNING RESPONSBILITIES - The contractor shall not sell,
assign, transfer or subcontract, at any time during the term of the Contract, or any part of his/her operations,
or assign any portion of the performance required by this Contract, except under and by virtue of written
permission granted by the City through the proper officials, which may be withheld or conditioned, in the
City's sole discretion.
2.5. AUDIT RIGHTS AND RECORDS RETENTION - The Contractor agrees to provide access to the City, or
to any of its duly authorized representatives, to any books, documents, papers, and records of the contractor
which are directly pertinent to this Contract, for the purpose of audit, examination, excerpts, and
transcriptions. The Contractor shall maintain and retain any and all books, documents, papers and records
pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters
are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall result in the
immediate cancellation of this contract by the City.
2.6. AWARD OF CONTRACT
A. The RFQ, Bidder's response, any addenda issued and the purchase order shall constitute the entire
contract, unless modified in accordance with any ensuing contract.
B. The award of this RFQ may be preconditioned on the subsequent submission of other documents as
specified in the Special Conditions or Technical Specifications. The Bidder shall be in default of its
contractual obligation if such documents are not submitted in a timely manner and in the form required by
the City. Where the Bidder is in default of these contractual requirements, the City, through action taken
by the Purchasing Department, will void its acceptance of the Bidder's Response and may accept the bid
from the next lowest most responsive, responsible bidder or re -solicit the City's requirements. The City,
at its sole discretion, may seek monetary restitution from the Bidder and its bid bond or guarantee, if
applicable, as a result of damages or increased costs sustained as a result of the Bidder's default.
C. The term of the contract shall be specified in one of three documents which shall be issued to the
successful Bidder. These documents may either be a purchase order, notice of award and/or contract
award sheet. Where a conflict between two or more of the several documents exists, the contract award
sheet shall take precedence.
6