Loading...
HomeMy WebLinkAboutInvitation for Bids 2Cizy of Miami Invitation For Bids IFB Purchasing Department Glenn Marcos, CPPB, Director/Chief Procurement Officer Miami Riverside Center 444 SW 2' Avenue, 6`h Floor Miami, Florida 33130 Web Site Address: http:l/ci.miami.fLus/procurement Bid Number: 04-05-130 Title: Hurricane Shutters, Storm Panels and Roll -Up Doors for GSA Facilities Commodity Code: 450-75 Type of Purchase: Short -Term Contract M/WBE Set -Aside: N/A Sr. Buyer: Terry S. Bymes, CPPB Fax: 305-416-1925 E-Mail Address: tbymes@ci.miami.fl.us Issue Date: November 14, 2005 Deadline for Request for Additional Information/Clarification: November 28, 2005 Pre -Bid Conference/Site Visit: MANDATORY- Friday, November 18, 2005 at 10:OOAM GSA Facility 1390 NW 20m Street, Miami, FL Bid Security: N/A Performance Bond: YES Bid Opening Date: Monday, December 5, 2005 Time: 2:00 PM Sealed written Bids must be received by the City of Miami, City Clerk's Office, City Hall, 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 ORDINANCE IS APPLICABLE TO THIS SOLICITATION. City of Miami Page 1 Bid No. 04.06-130 GENERAL TERMS AND CONDITIONS INTENT: The General Terms and Conditions described herein apply to the acquisition of goods or equipment with an estimated aggregate cost of S25,000.00 or more. 1.1. ACCEPTANCE OF GOODS OR 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 accepted as satisfactory to the City. !t 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 reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 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. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all bids or parts of bids after bid opening and request rebid on the items described in the IFB. In the event of such rejection, the Director of Purchasing shall notify all affected bidders and make available a written explanation for the rejection. The City also reserves the right to waive any irregularities or minor informalities or technicalities in any or all bids and may, at its discretion, re -bid. 1.4. 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. 1.5. 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 City of Miami Bid No. 04-05-130 Sheet form and shall mark "Alternate Bid". Alternate bid shall be placed in the same bid. 1.6. ASSIGNNIENT - Contractor agrees not to enter into subcontracts, or assign, transfer, convey, sublet, or otherwise dispose of this Contract, or any or all of its 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. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this Bid, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the 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 or refusal to comply with this condition shalt result in the immediate cancellation of this contract by the City. 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). Page 2 1.10. AWARD OF CONTRACT: A. The IFB, Bidder's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee. C. The award of this Bid may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications, 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 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 most lowest responsive, responsible Bidder or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder and its bid bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder. These documents may either be a purchase order, notice of award and/or contract award sheet. 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 shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified, 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders, if so indicated under Section 2.0 Special Conditions. This check or bond guarantees that a bidder will accept the order or contract, as bid, if it is awarded to bidder. Bidder shall forfeit bid deposit to the City should City award contract to Bidder and Bidder fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders within ten 00) days after the award and successful bidder's acceptance of award. If sixty (60) days have passed after the date of the formal opening of the bids, and no contract has been awarded, all bid deposits will be returned on demand. Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program by contacting the Minority/Women Business Affairs office. 1.12. BID RESPONSE FORM - All forms, as described under Section 4,0, should be completed, signed and submitted accordingly, 1.13. BID SECURITY FORFEITED 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 names, or bidder catalog numbers are specified, it is for the purpose of establishing the type, function, City of Miami Bid No.04-05-130 minimum standard of design, efficiency, grade or quality of goods only, When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding an approved equal, Bidders will submit, with their bid, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may Lie requested if the proposed brand is other than specified by the City. Such samples are to be furnished after the date of bid opening only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all invitations for bid before bid opening. In the event of bid cancellation, the Director of Purchasing shall notify all prospective bidders and make available a written explanation for the cancellation. 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 unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such services, it shall not have any claim upon the City. 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. Page 3 1.15. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: 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 IFB. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Minority/Women 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 IFS. F. Uniform Commercial Code (Florida Statutes, Chapter 672), G. Americans with Disabilities Act of 1990, as amended. H. National Institute of Occupational Safety Hazards (N1OSH), as applicable to this IFB. I. National Forest Products Association (NFPA), as applicable to this IFB. I. City Procurement Ordinance City Code Section 18, Article III. K. Conflict of Interest, City Code Section 2-611; 61, L. Cone of Silence, City Code Section 18-74. M. The Florida Statutes Sections 218,73 and 218.74 on Prompt Payment. N. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this IFB. Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a condition precedent to the execution of service contracts including professional services. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 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 IFB 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 S200,000. 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. noticed site visits/inspections, pre - proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ or bid documents (See Section 2.2. of the Special Conditions); or 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; communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff the provisions of the Cone of Silence do not apply to oral communications at duly City of Miami Bid No. 04-06-130 contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.21. CONFLICT OF INTEREST — Bidders, by responding to this IFB, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods or equipment specified in this IFB. Any such interests on the part of the Bidder or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the your firm. 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 Marciafr ci.tuiarni.t1,u3. 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 l3idder, 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 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. DEBARMENT 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 obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or 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 or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity, (6) False certification pursuant to paragraph (c) below. (7) (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (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 decisiuu shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.24. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder to meet any terms of this agreement, the City will notify the Bidder of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. B. Found in violation of a zoning ordinance or any other city C. 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 D. City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. City of Miami Bid No. 04.05-130 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. Failure to begin the work under this Contract within the time specified. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. 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. Page 5 E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 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 approval 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 agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. 1.28. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this bid at the price contained within vendor's bid, Further, successful vendor shall deliver/perform for the city ona priority basis during such times of emergency. 1.29. ENTIRE AGREEMENT - The contract consists of this City of Miami Bid and specifically this Section II, 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. Rejection 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. 04-05-130 (3) Bid does not conform to the requirements of the Bid (4) Bid requires a conditional award that conflicts with the method of (2) award Bid does not include required samples, certificates, licenses as required (6) Bid was not executed by the Bidder's authorized agent on the Bid Form. (5) 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. Elirr}igation 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 (1) Bids will only be considered from entities who are regularly engaged in the business of providing the goods and/or equipment required by the Bid. Bidder's must be able to demonstrate a satisfactory record of performance and integrity and have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the Page 6 (4) best industry practices in the industry as determined by the City. The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City or any other governmental entity in making the award. The City may require the Bidder(s) 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 CONDITIONS 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 throughout the duration of the contract unless otherwise specified in the IFB. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 1.35. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105) (a) The commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring agreements between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such finding approved by the city commission at a public 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. (c) (d) 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. The authorized representative shall negotiate each first -source hiring agreement, 1.36. GOVERNING LAW AND VENUE: The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. 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 headings 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. HEALTH 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 information (IIHI) and/or Protected Health information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards, HIPAA mandates for privacy, security and electronic transfer standards, that include but are not limited to: 1. Use of information only performing services required by contract or as required by law; 2. Use of appropriate safeguards prevent nonpermitted disclosures; 3. Reporting to the City of Miami of any nonpermitted use or disclosure; 4, Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIfI/PHI will be held confidential; S. 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 PHI 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-11 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 notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.39. INDENINIFICATION - The Contractor shall indemnify and save harmless forever the City, and all the City's agents, officers and employees from and against all charges or claims resulting from any bodily injury, loss of life, or damage to property from any act, omission or neglect, by 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. for the to City of Miami Page 7 Bid No. 04-05-130 1,40. INFORMATION AND DESCRIPTIVE LITERATURE - Bidders must furnish all information requested in the spaces provided on the Bid Response Form. Further, as may be specified elsewhere, each Bidder must submit for bid evaluation cuts, sketches, descriptive literature, and technical 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 18-79), 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 provides notice of a decision or intended decision or within 10 days after bid opening, whichever is earlier. Bid results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Buyer issuing the IFB. Tabulations also are available on the City's Web Site following recommendation for award. 1.43, INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful. Contractor, shall furnish Evidence of Insurance to the Purchasing Departnient, 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". 1.45. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a responsible and responsive bidder, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%)in excess of the lowest other responsible and responsive bidder. 1.46. 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. Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation 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 IFB 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, 9th 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. 3. Utilizing minority firms) to supply goods and/or services. 4. Successful implementation of well defined affirmative action program. 5. Other forms of minority participation, if properly documented. Successful bidder(s) shall be required to establish an Affirmative Action Plan, if' not, an Affirmative Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date of implementation trust be indicated on the policy. A "Minority Status Information Sheet" in Section 4,4, is provided to assist bidders in presenting information concerning minority participation. 1.47. MINORITY/WOMEN PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minority 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. 1.44. INVOICES - 'Invoices shall Possible ways to include contain purchase order number and participation would involve: details of goods or equipment delivered (i.e. quantity, unit price, extended price, etc). minority 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. Joint venture with a minority firm(s) 2. Utilizing minority firm(s) as subcontractor(s). City of Miami Page 8 Bid No. 04.05.130 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- line by visiting the City's website at hltp•llwww.e.i.mi uns i.lj. us/nrocu remelt/. 1.58. 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 City of Miami Bid No. 04-06.130 afforded equal opportunity for employment. 1.53. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Bid under this IFB shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the Bid; however, the City may at its sole option and in its best interest allow the Bidder to supply the license to the City during the evaluation period, but prior to award. 1.54. OWNERSHIP 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. PERFORMANCE 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-EXCLUSIVE 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 Page 9 similar sources for the purchase of these goods or equipment as may be available. It is hereby agreed and understood that this solicitation does not constitute the exclusive rights of the successful bidder(s) to receive all orders that may be generated by the City in conjunction with this Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different bid process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 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. B. C. Each Bidder shall famish 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. 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. The Bidder must state a definite time, if required, in calendar days for delivery of goods or equipment. D. The Bidder should retain a copy of all bid documents for future reference. E. All bid response forms as described under Section 4.0, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids having any erasures or corrections must be initialed in ink by person signing the bid or the bid may be rejected. F. 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. 04-05-130 1.62. PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Bidders are required to provide their prompt payment terms in the space provided on the Bid Certification Statement Form (Section No. 4.1.). If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount, If the Hidder fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall continence an 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 discountsoff 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 benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.65. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for 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 law. 1.70. RESOLUTION OF CONTRACT DISPUTES (Sec. 18- 105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a 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. Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest Bid Specifications or a bid solicitation 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 bid solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when teceivod by the Chief Procurement Officer. 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 Policies 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. 04.05-130 2. Protest of Award. i. Any actual proposer who perceives itself aggrieved in connection with the recommended award of 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 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 In cases involving more than $25,000, the bidder of the notice of the city's the decision of the Chief Procurement determination of non responsiveness or Officer shall be submitted for approval or non responsibility. The receipt by bidder disapproval thereof to the City of such notice shall be confirtned by the Commission after a favorable city by facsimile or electronic mail or recommendation by the city attorney and U.S. mail, return receipt requested. A the City Manager. 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. upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits fur 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. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law Page 11 (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 parry'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. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a fling fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.72. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s) will be notified to remove samples, at their expense, within 30 days after notification, Failure to remove the samples will result in the samples becoming the property of the City. 1.73. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its 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. 1.74. SERVICE AND WARRANTY — When specified, the bidder shall define all warranty, service City of Miami Bid No. 04.05•130 and replacements that will be provided. Bidders must explain on the attached Bid Response Form to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your bid. 1.75. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to used. Alt workmanship is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this bid, the bidder shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid. C. D. E. F. 1.76. STJBNIISSION AND G. RECEIPT OF BIDS - Bids must be received at the designated location and at, or before, the specified time of opening as designated in the IFB. NO EXCEPTIONS. Bidders are welcome to H. attend bid opening; however, no award will be made at that time. A bid tabulation will be furnished upon request; and, Bidder must enclose a self- addressed, stamped envelope when submitting a bid to receive the tabulation. A. B. Bids shall be enclosed in a sealed envelope. The face of the envelope must show the hour and date I. specified for receipt of bids, the bid number, and the name and retum address of the Bidder. Bids not submitted on the requisite Bid Response Forms may be rejected. Bid must be submitted to the office and address listed on the front page of this IFB by the time specified to be considered for award. Directions: FROM THE NORTH: I-95 SOUTH UNTIL IT BECOMES US1. US1 SOUTH TO 27TH AVE., TURN Page 12 LEFT, PROCEED SOUTH TO S0. 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: US1 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 I5 ON RIGHT. Telegraphic bids • or facsimile will not be considered. Failure to follow these procedures is cause for rejection of bid. The responsibility for obtaining and submitting this bid to the City Clerk's Office on or before the time and date is solely and strictly the responsibility of Bidder. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Bids received by the City Clerk after bids have begun to be opened will be returned unopened, and will not be considered for award. Late bids will be rejected. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. Modification of bids already submitted will be considered only if received at the City Clerk's Office before the time and date set for opening bids. All modifications must be submitted in writing. Once a bid is opened, the City will not consider any subsequent submission which alters the bid. If bids are submitted at the same time for different solicitations, each bid must be placed in a separate envelope and each envelope must contain the information previously stated in 1.76.A. 1.77. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Govemment. Exemption certificates will be provided upon request. 1.78. TERMENATION - The City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply; A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. 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 received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the services/goods and pursuant to Florida Statute 218.74 and other applicable law. 1.80. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this bid. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on the Bid Form. Deliveries 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 variances from•bid specifications and/or conditions, no matter how slight. If variations are not stated on the Bid Response Form, it will be assumed that the product fully complies with the City's specifications. City of Miami Page 13 Bid No. 04-05-130 2.0 SPECIAL CONDITIONS 2.1. PURPOSE The purpose of this Bid is to establish a contract, by means of sealed bids, for hurricane shutters, storm panels, roll -up hurricane doors and lead abatement at the GSA Facility/Fleet Maintenance Garage, as specified herein, from a supplier that will give prompt and efficient service. 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 date specified on the cover sheet of this solicitation. Bidders may fax, or email their requests to the attention of Terry S. Byrnes, Sr. Procurement Specialist at the City of Miami, Purchasing Department by facsimile number: 305-416-1925 or e-mail: tbyrnes@ci.miami.fl.us. 2.3. SHORT TERM CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for the short term period to complete the awarded installations as shown in the bid specifications. 2.4. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to 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. METHOD OF AWARD Award of this contract will be made to the lowest responsive, responsible bidder whose bid will be the most advantageous to the City of Miami. The City of Miami reserves the right to include or not include optional items in its bid tabulation/analysis to determine the lowest responsive, responsible bidder. 2.6. CERTIFICATE OF COMPETENCY Any person, firm, corporation or joint venture who offers a bid, at the time of such bid, shall hold a valid Certificate of Competency or License for Metal Awning and Storm Shutters issued by the State or Miami -Dade County Examining Board qualifying said person, firm, corporation or joint venture to perform the work. A copy of the certificate must be submitted with the bid. Failure to submit this document may render this bid non -responsive. 2.7. DELIVERY/COMPLETION OF INSTALLATION Successful Bidder shall deliver all hurricane shutters, storm panels and roll -up doors and complete installation within 150 days upon receipt of purchase order, as specified on the attached Bid Response Form, Section 4.0. 2.8. FAILURE TO PERFORM / PENALTIES 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 invoice payment. 2.9. 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 and liabilities incurred in the defense of any such claim, or the investigation thereof. City of Miaml Pago 14 Bid No. 04-06.130 The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 61° Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: Commercial General Liability Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Products/Completed Operations Personal and Advertising Injury Endorsements Required City of Miami included as an Additional Insured Employees included as insured Independent Contractors Coverage Waiver of Subrogation Explosion, Collapse and Underground Hazard Business Automobile Liability $ 1,000,000 $ 2,000,000 $ 1,000,000 $ 1,000,000 Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 Endorsements Required City of Miami included as an Additional Insured 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. City of Miami Page 16 Bid No. 04-06-130 -.In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: a. 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. b. 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. 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. 2.10. METHOD OF PAYMENT Payment will be made upon final completion of this project. The City will pay the bid price minus any liquidated damages and/or other damages to the Contractor upon final completion and acceptance of the work. 2.11. PROVISION FOR SPECIAL ITEMS Items so entitled on the Bid Form shall be the Cash Allowance Sum per Project. The amount is not known at this time, however, if funds are available it will be used for payment for items of work not foreseen at the time of bidding. Payment from these Bid Items will be made only as directed by the proper representative of the GSA Department. Funds not spent from these sums shall revert to the City 2.12. COMPLETED WORK The City shall be notified by the Contractor upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Contractor at no additional charge to the City. 2.13. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS Although this Solicitation identifies specific facilities/items/products to be serviced, it is hereby agreed and understood that any City department or agency may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, the successful bidder(s) under this contract shall be invited to submit price quotes for these new services/items/products. If these quotes are comparable with market prices offered for similar services/items/products, they shall be added to the contract whichever is in the best interest of the City and an addendum and a separate purchase order shall be issued by the City. 2.14. MANDATORY PRE -BID CONFERENCE A MANDATORY pre -bid conference will be held on Friday, November 18, 2005 at 10:00 AM at the GSA Facility, located at 1390 N.W. 20th St., Miami, FL 33142-7722. Failure to attend shall deem. any bid from the same as non -responsive. At that conference all work will be discussed and all questions answered. No questions will be answered except at the pre -bid conference, Bidders who arrive more than one-half (1/2) hour late at the initial Conference shall not be deemed as having met this mandatory requirement. 2.15. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Alan Savarese, Fleet Manager, who shall be designated as the Contract Administrator. 2.16. SUPERVISION Contractor shall assign one working "On Duty" Supervisor while work is being performed. Contractor shall also advise the name and telephone number where a responsible Supervisor, or the Contractor, may be reached at any time for purposes of taking complaints and receiving information as to daily contract performance. In the event the assigned Supervisor demonstrates the inability to properly supervise his/her personnel as determined by the department director, City of Miami Page 16 Bid No. 04.05.130 contract administrator or his/her designee, then the department director, contract administrator or his/her designee have the authority to request the immediate dismissal of said Supervisor of his/her responsibilities at the GSA Fleet Maintenance Garage and Contractor is to assign another individual upon four (4) hours notice (if requested by the City) to supervise staff in a satisfactory manner as determined by any of the aforementioned individuals on behalf of the City. The City shall only be liable for payment of the actual work completed. 2.17. WORKMANSHIP AND MATERIALS All materials used and installed in performance of this contract shall be unused and new (of current design or manufacture). Salvage materials will not be allowed without the express consent of the City, All materials and workmanship shall be of the highest quality and shall conform to all applicable State and/or Local Building Codes, so as to ensure safe and functional operation. The City shall he the sole judge as to parts and workmanship. 2.18. QUALITY OF WORK All work shall be performed using superior maintenance standards and techniques. The frequencies established for repetitive maintenance tasks are minimum frequencies, which must be increased if deemed necessary and requested by the City. 2.19. TIE BIDS 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 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 (a.). d. In the statement specified in subsection (a.), 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 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. 2.20. PERFORMANCE BOND Within ten (10) working days following notice of award by the City, the successful bidder shall furnish to the City of Miami, a Performance Bond, 100% of the total bid amount to perform the contract (to be determined at the time of award). The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935; or City of Miami Page 17 Bid No. 04-05-130 an Irrevocable Letter of Credit. If the latter is chosen, it must be written on a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the successful contractor. 2.21. SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Bid, the Bidder is required to identify any and all Subcontractors that will be used in the performance of the proposed contract, their capabilities, experience, minority designation, as defined in Ordinance 10062 and the portion of the work to be done by the Subcontractor. Failure to identify any and all subcontractors in the Bid shall render the Bid non -responsive; unless, the lowest responsive, responsible bidder submits this documentation to the City within five (5) working days after the bid opening. The Contractor shall not, at any time during the tenure of the contract, subcontract any part of his/her operations or assign any portion or part of the contract, to Subcontractor(s) not originally mentioned in their Bid, except under and by virtue of permission granted by the City through the proper officials. Nothing contained in this specification shall be construed as establishing any contractual relationship between any subcontractor and the City. The bidder shall be fully responsible to the City for the acts and omissions of the subcontractor and their employees, as for acts and omissions of persons employed by proposer. 2.22. LIQUIDATED DAMAGES Bidder shall provide all items at the guaranteed completion time specified by the City in Section 2.7, DELIVERY/COMPLETION OF INSTALLATION. If the successful bidder fails to deliver and complete the work within the specified completion time, it is understood that $100.00 per calendar day will be deducted, as liquidated damages, for each day beyond the specified delivery time, not as a penalty but as a form of compensation for the loss of not having the ability to use the product. 2.23. USE OF PREMISES The contractor shall confine his equipment, apparatus, the storage of materials, and the operation of his workmen to the limits indicated by law, ordinances, permits, or direction of the contract administrator, and shall not unreasonably encumber the premises with his materials. The contractor shall take all measures necessary to protect his/her own materials. The City of Miami will not be held responsible for any equipment, apparatus, material, etc. damaged on City premises in connection to perform said project. 2.24. DAMAGES TO PUBLICIPRIVATE PROPERTY The contractor shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the contractor, at his/her expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done). 2.25. MERCHANTABILITY AND FIT FOR A PARTICULAR PURPOSE The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the Bidder are found to be defective or do not conform to specifications, the City reserves the right to cancel the order and return such materials to the Bidder to replace the materials at the Bidder's expense. 2.26. QUALITY AND MANUFACTURE The apparent silences of these specifications as to any details or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only materials and City of Miami Page 18 Bid No. 04-08-130 workmanship of first quality are to be used. All interpretations of these specifications shall be made upon the basis of this statement. Specifications, brands and manufacturers' names, where given, are to establish product type and quality required. Any equal thereto will be considered, subject to the approval of the City of Miami. Bidders shall indicate on the Bid Sheets, the manufacturer, brand and model or style ll materials numberntend to supply to the shall carry standard w rra each es item substitutions shall bshall allowed after thebe new, of rent bid is awarded unless so authorized by the City. The City reserves the right to perform its own testing procedures or to send any and all samples to any certifiable laboratory for analysis. Any and all costs for testing shall be borne by bidder. On the basis of this testing and analysis, the City shall be sole judge of the acceptability of the sarnpie in conjunction with the bid specifications and it's decision shall tie final. Any sample submitted shall create an express warranty that the whole of the goods and/or services to be provided by the bidder during the contract period shall conform to the sample submitted. The bidder shall be required to provide adequate restitution to the City, in the manner prescribed by the City, if this warranty is violated during the term of the contract or warranty period. 2.27. REFERENCES Each bid must be accompanied by a list of references, which shall include the name of the company, dates of job, description of job, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST (See Section 4.3, Page 2 of 2). 2,28. COMPLETE PROJECT REQUIRED These specifications describe the various items or classes of work required, enumerating or defining the extent of same necessary, but failure to list any item or classes included in the Specifications, shall not relieve the contractor from furnishing, installing or performing such work where required by any part of these specifications, or necessary to the satisfactory completion of the project. 2.29. SPECIFICATION EXCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department in writing, no less than ten (10) days prior to a bid opening, of any change in the manufacturers' specifications which conflict with the bid specifications. Bidders must also explain any deviation from the bid specifications in writing (See Section 4.0, Bid Response Form, Page 1 of 3) as a footnote on the applicable bid page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her bid. Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being held responsible for all costs required to bring the project in compliance with contract specifications. 2.30. PUBLIC CONVENIENCE AND SAFETY The contractor shall conduct his/her work so as to interfere as little as possible with private business or public travel. He/she shall, at his/her own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life and property, and he/she shall be liable for all damages occasioned in any way by his/her actions or neglect or that of his/her agents or employees. The contractor shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.M. and 6:00 P.M. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6.00 P.M. and 7:00 A.M., but if required, the noise level shall not exceed 65 dBA. 2.31. SAFETY MEASURES City of Miami Page 19 Bid No. 04.05-130 Contractor shall take all necessary precautions for the safety of employees, and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs warning against hazards created by his/her operation and work in progress must be posted. All employees of contractor shall be expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The contractor shall use only equipment that is fully operational and in safe operating order. Contractor shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. 2.32. TERMINATION FOR DEFAULT If Contractor defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Contractor shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is without his/her or his/her subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami under Section 2.33. 2.33. TERMINATION FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination under certain situations determined at the sole discretion of the City. 2.34. 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 forrn attests to this. City of Miami Page 20 Bid No. 04.05.130 3.0. SPECIFICATIONS 3.1. Garage Hurricane Protection Systems It is the intent of the following specifications to cause the complete installation of several hurricane protection systems to the City of Miami General Services Administration garage facility to greatly improve the protection from hurricane force winds. The successful bidder will be required to 1) replace and remove the existing garage doors and related components, 2) install protective accordion shutters, 3) install protective perforated shutters, 4) secure the upper and lower plenum areas around the garage perimeter, and 5) any and all lead abatement and proper disposal,, as required tocomply. with EPA regulations: 3.1.1. GENERAL: a. The work comprised shall consist of five (5) separate components: installation of high- performance Accordion Hurricane Shutters, the removal and replacement of existing Garage Doors, the installation of Perforated Hurricane Barriers, the installation of Plenum Space Storm Panels, and the Lead Abatement and proper disposal of the products outlined in the attached report. b. The successful bidder will be responsible for all parts, materials, labor, equipment, permits, drawing and any other items necessary for the completion of this project. c. All bidders shall be required to visit the job site and measure actual openings, sizes and existing conditions. Any figures, measurements or dimensions provided by the City should be considered approximate and for estimating purposes only. d. All work, components, products, etc. shall be an approved design and comply with all applicable requirements of the current Florida Building Code and any other relevant' state, county or city codes or requirements for this type of work. e. All applicable products and/or components shall have a current, valid Miami -Dade County Product Approval Notice of Acceptance and be designed and engineered to withstand hurricane force winds. f. Only those protection products that meet the requirements of the Florida Building Code and having Product Control — Product Approval Notice of Acceptance issued by the Miami -Dade Building Code Compliance Office, will be accepted. g. In order to prevent theft or damage from the elements, the successful bidder shall ensure no area under construction is left unsecured at the close of the business day. h. Jobsite shall be left clean at the end of each working day to assure minimal impact on the GSA fleet operations. i. Any and all old materials, supplies, equipment, debris, etc. not used shall be removed from the premises and properly disposed of by the awarded contractor at their expense. j. Project shall be completed within one -hundred fifty calendar days from start of work to completion. 3.1.2. SUBMITTALS: a. All bidders shall submit with their bid any space or logistic requirements for the purpose of storing bulk materials, setup up a foreman's office, placement of a construction dumpster, etc. b. Since it is necessary for the city garage to remain fully operational throughout the construction process, the successful bidder will be restricted to working on a maximum of two (2) overhead doors (four work bays) and overhead windows at a time. Garage hours of operation are from 6:30 am to 11:30 pm. All bidders shall submit with their bid a plan for scheduling the work to eliminate or reduce disruptions to City operations. City of Miami Page 21 Bid No. 04-05-130 c. The successful bidder shall submit these drawings and calculations, the required Product Approval drawings, a site plan and a Building Permit Application to the City of Miami within 30 days of Notification of Award or the City may deem the bidder non -responsive and award the bid to the next lowest responsible bidder. Drawings shall include complete dimensioned plans, elevations, sections and details showing profiles, angles, and spacing of panel members; unit dimensions related to wall openings and, separation and construction; profiles of frames at jambs, heads and sills, and anchoring details and locations to the main structure. d. Successful bidders shall submit product data for each product specified within thirty (30) days from notice of award of bid. e. Successful bidder shall submit color samples for each product specified within thirty (30) days from notice of award of bid. f. Successful .biddershall submit samples for verification of metal finishes .for the final units to be provided within thirty (30) days from notice of award of bid. 3.1.3. PERFORATED STORM PANELS a. Work shall consist of furnishing and installing perforated barrier type hurricane panel devices for the garage building to protect the twenty-eight (28) fixed window openings above the garage roll - up doors and the second floor window located at the fuel island office. b. Storm panels shall be an approved design complying with the High Velocity Hurricane Zone Requirements of the current Florida Building Code, including large missile impact, cyclic and uniform loads. c. Storm panels shall be engineered, fabricated and installed to withstand the effects of the loads and stresses from wind and normal thermal movement without evidencing permanent deformation of the shutter components; noise or metal fatigue caused by panel rattle or flutter; or permanent damage to fasteners and anchors. d. Storm panels shall incorporate stainless steel as the barrier infill portion of the perforated barrier system to reduce the likelihood of corrosion and deterioration of the base material. e. Windows shall be thoroughly cleaned prior to installing the storm panels. 3.1.4. GARAGE DOORS a. Work shall consist of furnishing and replacing the twenty-eight (28) existing garage roll -up doors with new, Miami -Dade County product approved, hurricane -resistant, heavy-duty roll -up doors and all related components. Garage doors shall be fully operational upon completion of the project. b. Garage door replacement shall include all new controls, parts, components, safety features etc. that would accompany this type of installation. c. Push-button operator controls shall be wall mounted for each garage door and include an open, close and stop push-button station. d. Garage door operations shall function via electric motor operation. Electric motors shall be of the proper electrical requirements to allow the connection of the new motor wiring to the existing garage wiring configuration. The City does not intend to rewire, add additional breakers, install additional junction boxes, etc. to ensure compliance. e. All electrical power wiring shall be made to existing electrical disconnect safety switches for a complete operation system. f. All safety and control wiring shall be made to all new controls and safety devices for a complete operational system. g. Manual door operations shall be provided in the event of electric motor failure. h. A new safety -edge reversing sensing system with take-up reels shall be provided that "senses" contact with an object while the door is moving in the down position while under power. When contact is made (i.e. when the door starts to come down on a person or piece of equipment) it trips a relay and directs the motor to reverse and lift the door. City of Miami Page 22 Bid No. 04.06-130 i. Day -glow paint or material (or any other high visibility marking) shall be applied to the exterior and interior bottom 1/3 portion of each garage door to provide enhanced visibility when the door is in a partially opened position. 3.1.5. ACCORDION STORM SHUTTERS a. Work shall consist of furnishing and installing accordion hurricane shutter devices for exterior garage building to protect the windows around the existing garage parts room. b. Storm shutters shall be an approved design complying with the High Velocity Hurricane Zone Requirements of the current Florida Building Code, including large missile impact, cyclic and uniform. c. Storm shutters shall be engineered, fabricated and installed to withstand the effects of the loads and stresses from wind and normal thermal movement without evidencing permanent deformation of the shutter components; noise or metal fatigue caused by component rattle or flutter; or permanent damage to fasteners and anchors. 3.1.6. PLENUM SPACE STORM PANELS a. Due to the original design of the garage building, protection from high wind is compromised by a void between the exterior of the garage door header and the lower portion of the fixed window facade and at the upper area of the fixed window frames. b. Work shall consist of furnishing and installing storm panel devices to protect these areas from hurricane force winds and violent updrafts. c Storm panels shall be engineered, fabricated and installed to withstand the effects of the Toads and stresses from wind and normal thermal movement without evidencing permanent deformation of the components; noise or metal fatigue caused by component rattle or flutter; or permanent damage to fasteners and anchors. d. Scope of work shall include any repairs to the existing framework to ensure the new panels fit flush and secure. e. The new panels shall match the existing panels in color. 3.1.7. LEAD ABATEMENT a. Successful bidder shall be responsible for the proper removal and disposal of lead products as outlined in the attached report (See Attachment A). This includes the existing garage doors, the associated rail systems and the blue metal plenum panels running around the perimeter of the garage building. b. The lead abatement must be performed by an EPA Certified Lead Removal Contractor and in accordance with all rules, regulations and requirements for this type of service. c. Samples of the lead -containing waste must be collected for analysis by the Toxicity Characteristic Leachate Procedure (TCLP) before disposal of waste. d. The lead abatement process shall include all costs associated with the proper disposal, testing and documentation of the lead products found in said materials. These costs shall include, but are not limited to: labor, analytical costs, travel costs, and other miscellaneous costs. 3.1.8. WARRANTY a. Bidder shall provide a written warranty, signed by the Contractor and Installer, agreeing to repair or replace defective materials and workmanship of the products installed. Work due to failure of a system to meet performance requirements, including but not limited to, structural failure, deterioration of finish, or other defects. b. Period of warranty shall be at least one (1) year from the date of final completion of the Project. City of Miami Page 23 Bid No. 04-05-130 c. Warranty and enforcement shall not deprive the Owner from other available actions, rights or remedies. d. Bidder shall provide the manufacturer's standard warranty policy for all applicable products and materials. 3.1.9. FINAL ACCEPTANCE a. Successful bidder shall test the operation of all installed components and adjust as needed to produce fully functioning units. Comply with manufacturer's instructions and recommendations for testing components. b. Successful bidder shall adjust all operable devices to insure proper operation in accordance with manufacturer's specifications. c. Successful bidder shall clean and properly lubricate all exposed surfaces in accordance with manufacturer's instruction and recommendations. d. The successful bidder shall instruct City personnel on the proper operational procedures and maintenance procedures all installed applicable devices. 3.1.10.OPTIONS a. Provide a price for maintenance on garage doors and related items as specified in the original equipment manufacturer's manuals. This should include the doors, operators, controls, and safety devices. Separate prices shall be included for first year, second year, third year, fourth year and fifth year. b. Provide a price for extended warranty on garage doors. Specify length of extended warranty. City of Miami Page 24 Bid No. 04-06.130 4.0 BID RESPONSE FORM 4.1. Certification Statement (Page 1 of 3) Please quote on this form(s) net prices for the item(s) listed. Return signed original and retain a copy for your files, Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all ar 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 (I) 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 days_ Net 30 days Delivery of all items and completion of work will be made within 150 calendar days after receipt of purchase order. We (I) 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 (I) 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: ADDRESS: PHONE: FAX: EMAIL: BEEPER: SIGNED BY: TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. City of Miami Page 25 Bid No.04-05-130 Bid Response Form - Certification Statement (Page 2 of 3) CERTIFICATE OF AUTHORITY (1F CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation 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 corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand this , day of 20 Secretary: Print: 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. 1 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 Page 26 Bid No. 04-05-130 Bid Response Form - Certification Statement (Page 3 of 3) 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 ) SS: COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC City of Miami Page 27 Bld No. 04-05.130 4.2. BID FORM The work comprised shall consist of five (5) separate components: installation of high-performance Accordion Hurricane Shutters, the replacement of existing roll -up Garage Doors, the installation of Perforated Hurricane Barriers, the installation of Plenum Space Storm Panels, and the Lead Abatement and proper disposal of the products outlined in the attached report. Item Description U/M Qty Unit Price Extended Price 1) Perforated Barrier Type Hurricane Panel Devices Install protective perforated barrier type hurricane Window 28 $ Panel devices per specifications, section 3,1.3. 2) Heavy Duty Garage Roil -Up Doors Doors 28 $ $ Replace the existing roll -up garage doors and related components per specifications, section 3.1.4. 3) Accordion Storm Shutters Install protective accordion shutters per specifications, section 3.1.5, Lump Sun? - $ $ 4) Plenum Space Storm Panels Secure the upper and lower plenum areas around Lump Sum - $ $ the garage perimeter per specifications, section 3.1,6. 5) Lead Abatement Any and all lead abatement as required to comply Lump Sum $ $ with EPA regulations per specification, section 3,1.7. and Attachment "A". COST ALL ITEMS (1-5) $ OPTIONAL ITEMS: (The following optional items mav or mav not be included in the determination of the lowest responsive, responsible bidder, whichever is in the best interest of the Citv of Miami): 6) Maintenance on Garage Doors and Related Items Provide a price for maintenance on garage doors and related items as specified in the original equipment manufacturer's manuals. This should include, but not limited to, the doors, operators, controls, and safety devices per year (based on specifications, section 3.1.14.a.): Full service maintenance (including labor, parts, transportation, etc.) per year after manufacturers warranty expires - Year 1 $ Year 2 $ Year 3 $ Year 4 $ Year 5 $ Total Maintenance Cost (5 years) $ TOTAL COST OF ALL ITEMS (INCLUDING ALL OPTIONS, EXTENDED WARRANTIES AND MAINTENANCE) $ 7) Extended Warranty Years Provide a price for extended warranty on all garage doors, $ (per year) Specify length of extended warranty per Specifications 3.1.1 a.b. Length of Warranty: Bidder's Website Address (if available): httn:Ilwww. Bidder: Title Authorized Signature: Print Name: City of Miami Page 28 Bid No. 04-05-130 FAILURE TO COMPLETE, SIGN AND RETURN S¢IALL DEEM BID NON -RESPONSIVE. 4.3. Qualification Statement (Page 1 of 2) INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate, Please print. COMPANY NAME: COMPANY OFFICERS: President Vice President Secretary Treasurer COMPANY OWNERSHIP: LICENSES: % of ownership % of ownership % of ownership % of ownership i. County or Municipal Occupational License No. (attach copy with bid) 2. Occupational License. Classification 3. Occupational License Expiration Date: 4. Metro -Dade County Certificate of Competency No. (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: 7. Number of Years experience BIDDERJPROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 8. Number of Years experience BIDDERJPROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: City of Miami Page 29 Bid No. 04-05-130 Bid Response Form — Qualification Statement (Page 2 of 2) 9. 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: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: FAILURE TO FULLY COMPLETE, AND RETURN THIS FORM MAY DISOUALIFY YOUR BID. City of Miami Page 30 Bid No. 04-05-130 4.4. MINORITY/WOMEN BUSINESS AFFAIRS REGISTRATION AFFIDAVIT Please Check One Box Only [ ] Hispanic [ ] Female [ ] Black [ ] Not Applicable If business is not 51% minority/female owned , affidavit does not apply. If not applicable, notarization is not required. I (We), the undersigned agree to the following conditions: 1) that we have read Section 1.47 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'sname 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. 10062 as amended. Firm Name: (If signing as a corporate officer, kindly affix corporate seal) (Name, Title & Date) (Name, Title & Date) This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of ajoint venture. COUNTY, SS COUNTY OF DADE That: NOTARIZATION Date: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. NOTARY PUBLIC: My Commission Expires: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. City of Miami Page 31 Bid No. 04.05-130 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 byan applicant's or employee's race,color, place of birth, religion, national origin, sex, 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: 1. 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. 2. 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: (SIGNATURE/TITLE): FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. City of Miami Page 32 Bid No. 04-05-130 4.6. OFFICE LOCATION AFFIDAVIT Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY if your office is located within the corporate limits of the City of Miami. • Legal Name of Firm; Entity Type: (check one box only) [] Partnership [] Sole Proprietorship [] Corporation Corporation Doc, No: Date Established; Occupational License No: Date of Issuance: s s 3 ; 4101 p, ig ?ir, ,.YQ Ct%,L AGi i fft$ i zli5Ali4ilF. PRESENT Street Address: ii City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Ordinance No. 12271 (Section 18-85): The City Commission may offer to a responsible and responsive local bidder, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor js not more than tent percent (1O%) in excess of the lowest other responsible and responsive bidder. The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local hidderslproposers by this section. Authorize Signature Print Name Title Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF DADE [] Personalty known to me; or Subscribed and Sworn before me that this is a true statement this day of 199 . [] Produced identification: Notary Public, State of Florida My Commission expires Printed name of Notary Public Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's office. City of Miami Page 33 Bid No. 04-05-130 4.7. STATEMENT OF NO BID NOTE: If you do nol intend to submit a bid on this commodity or service, please return this form in the bid envelope on or before bid opening. 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. Office of the City Clerk 3500 Pan American Drive Miami, FL 33131-5504 We, the undersigned, have declined to submit a bid on your laid No. 04-05-130 for Hurricane Shutters, Storm Panels and Roll-Un Doors forGSA Facilities for the following reasons: Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). Insufficient time to respond to the Invitation for Bids We do not offer this product or service. Our schedule would not permit us to perform. We are unable to meet specifications. We are unable to meet bond requirements. Specifications are unclear (explain below). We are unable to meet insurance requirements. Remove us from your bidders' list for this commodity or service. Other (specify below). Remarks: We understand that if this statement is not completed and returned, our company may be deleted from the City of Miami bidders' list for this commodity or service, Company Name: Signature: Title: Telephone: Date: A completed vendor application should be returned with this form if vendor has not previously submitted an application and secured a vendor number from the City. City of Miami Page 34 Bid No. 04.06.130 1 4.8. STATEMENT OF INTENT TO COMPLY WITH ORDINANCE NO. 10032 Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining to the implementation of a "First Source Hiring Agreement". Bidder will complete and submit the following questions as part of the IFB. Evaluation of bidder's responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract between the successful bidder and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded this contract by the City? Yes No B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of contract. 1) 2) 3) 4) 5) 6) 7) 8) (Use additional sheets if necessary) COMPANY NAME: SIGNATURE/TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. City of Miami Page 35 Bid No. 04-05-130 4.10. PERFORMANCE BOND REQUIREMENTS The successful bidder shall furnish a Performance Bond, as stipulated on the Special Conditions of this IFB. The following specifications shall apply to the bond required: A. All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating 0 to 500,000 B V 500,001 to 1,500,000 B+ VI 1,500,001 to 2,500,000 A VII 2,500,001 to 5,000,000 A VIII 5,000,000 to 10,000,000 A IX Over 10,000,000 A+ X B. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For contracts in excess of 500,000 the company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc. will also be acceptable. E. In lieu of a Performance Bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami will be acceptable. All interest will accrue to the City of Miami during the life of this contract and as long as the funds are being held by the City. F. The attorney -in -fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. The City of Miami reserves the right to reject any and all security tendered to the City. The undersigned bidder acknowledges that (s)he has read the above information and agrees to comply with the above requirements. Bidder: Signature: Date: (Company name) Print Name: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM IF REQUIRED SHALL DISQUALIFY THIS BID. City of Miami Page 36 Bid No. 04.05-130 4.0 BID RESPONSE CHECK LIST This checklist is provided to help you conform to all requirements stipulated in this IFB. 1. Bid Certification Form (Form 4.1.) This form must be completed and signed to validate your bid 2. Bid Form- (Form 4.2.) This form must be completed and signed by bidder 3. Bidder Qualification'Staternent (Form 4.3.) This form should be completed in its entirety to verify the capability of bidder to perform/deliver the services/goods specified in the IFB 4. Minority/Women Business Affairs Registration Affidavit, If applicable (Form 4.4.) Must be completed only if one or more of the owners in the business enterprise is at least 51% owned by a Black, Hispanic or Female. 5. Affirmative Action Policy for Equal Employment Opportunity (Form 4.5.) Should be completed by Bidder. 6. Office Location Affidavit, if applicable (Form 4.6.) Section 18-85 of City Ordinance No. 12271, states that the City Commission may offer to a responsible and responsive bidder, who maintains a Local Office, the opportunity of accepting. a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible and responsive bidder. (Must be signed and notarized by the local bidder, only for use in attesting office location). The City reserves the right to verify local status. 7. Statement of No Bid, only if applicable (Form 4.7.) If you do not intend to submit a bid on this commodity or service, please return this form in the bid envelope on or before bid opening. If the "Statement of No Bid" form is not completed and returned, your company may be deleted from the City of Miami bidder's list for this commodity or service. 8. Statement of Compliance with Ordinance 10032 (Form 4.8.) This form must be completed and signed by bidder 9. Bid Bond (Form 4.9) 10. Performance Bond (Form 4.10.) To be completed and executed by bidder. 11. Copy of Occupational License Copy to be included with Bid. 12. Technical Specifications, Descriptive Literature, Brochures 13, Drawings, Calculations, Site Plan, Building Permit Application, Product Data, Color Samples and Metal Finishes to be Presented Thirty (30)Days After Receipt of Notice of Award City of Miami Page 37 Bid No. 04.05-130 Required to be Submitted with Bid Yes ®No ❑ Yes ®No❑ Yes ®No❑ Yes ®No❑ Yes ® No ❑ Yes ® No ❑ Yes ® No ❑ Yes ®No❑ Yes ❑ No Yes ®No ❑ Yes ®No❑ Yes ® No ❑ Yes ® No ❑ 16. Work Schedule Plan to Avoid City Business Interruption TO BE SUBMITTED AS PART OF YOUR BID RESPONSE. City of Miami Page 38 Bid No. 04-05-130 14. Space or Logistic Requirements for Storage of Materials, Office Yes ® No ❑ and Dumpster Yes ® No ❑ 15. Standard Warranty for All Products Yes ®No❑ ATTACHMENT "A" City of Miami Page 39 Bid No. 04-05-130